Loading...
HomeMy WebLinkAboutContract 54041FORTWORTH C 1 T1 C I' FOR I' 'RF CONSTRUCTION F my SECRErARY CC)IJTT<AC " NO- 1 ORIGIML T, RSIDE CONQMUN rrY RARK PHASE I EWROVEMIENTS PROJECT City Project No. C01196 Bmy Irricc MRyor David Cooke ty "(!r David ggz,a, RE, City Erigin , 'rransporl.alion and ftfxlss1War1c3 Dqaau'h=nt. David Creek, RUN Acting Dim-lor, Farb ilk Recre tion Depuunenl Prepared for: The City of Fort Worth Park & lZecreation Department October 2019 Prepared by: imley-llorn and Associates, Inc. 901 Cherry gmv, i .nit i I.. Sujte 1301) Dort WuAb. Texas 7 61 Os jdvta ufela C:ummruib } narh Fhme I lmr rdv FMAN Fryj 1wr 1"" VTOJea Na. C0.1194 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 1000 Seals Page 00 11 I3 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 14 Bidder's Statement of Qualifications 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 SmaIl 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 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised May 27, 2015 (PACs) 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal I Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 11 - Equipment 11 66 12 Site Underdrains 11 67 13 Site Furnishings 1168 14 Playground Equipment 11 69 15 Wood Fiber Playground Surfacing Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 3123 23 Borrow 31 2400 Embankments 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 1137 Liquid Soil Stabilizer 32 1216 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 3232 13 Cast -in -Place Concrete Retaining Walls 32 90 10 Irrigation System 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding CITE' OF FORT WORTH Riverside Cominwily Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised May 27, 2015 (PACS) 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of3 32 93 43 Trees and Shrubs 32 93 45 Tree Protection Division 33 - Utilities 33 04 30 Temporary Water Services 3305 10 Utility Trench Excavation, Embedment and Backfill 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 33 05 30 Location of Existing Utilities 33 11 12 Polyvinyvl Chloride (PVC) Pressure Pipe 33 12 10 Water Services I -Inch to 2-Inch 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems Division 34 - Transportation 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.03 GeotechnicaI Report (Alliance Geotechnical Group) GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised May 27, 2015 (PACs) City of Fort Worth, Texas Mayor and Council Communication DATE06119120 FILL* NVIIVIIBERM&C20-0349 LOG NAME: 80MVER IDE COMMUNITY PARK PHASE I JNIPROVEMENTS SUBJECT Authorize Execution of a Contract with Northstar Construction, LL , In the Amount of $1,857,8 5.00 for the 011BtrLICt10n of the Riverside Community Paris Phase I improvements and Provide for Additional Project Cost and Contingencies in the Amount of $383r0 0.00 for a Total Construction Cost of $2,250,905.00, Update the FiscaI Year 2020-2024 Capital Improvement Plan and Adopt Appropriation Ordinance (2018 Bond Program) (CCU NC[L DISTRICT 9) RECOMMENDATIO.h1I It is recommended that tho City Council; 1, Adopt the attached ordinance increasing rccaipts and appropriations in the PARR Dedicatlan Fees Fund in the aniount of $284,907.00 for the Riverside Community Park Phase I Improvements ( rly Project No. C01196); and reduce the receipts to the Park Planning Districts (PPD) protects PPD 4.13.3. PPD 41-5. PPD 4.1-2 Projects by the same amount (City Project Nos. U 8153. UN8091, UN8092, & Uhl5089); and 2. Authorize execution of a contract with Northstar Construction, LLO, in they amoLIM of $1,867.855DO far the construction of the Riverside C ommunity Park Phase 1 Improvements Project, DISCUSSION: The purpose oIf this Mayor aPid Council COMMrinicahon (M&C} fs to authorize Lhe award of a construction contract with Northstar Construction, LL , in the arnount of ` 1,867,855.00 for the construction of Riverside Paris Phase I Improvements. On January 30. 2020 and Feb ruaary 6, 2020, the project was advertised In the Fort WorthStar- Telegram. The following hits wore received on February 27. 2020. BIDDER BASE RID I ALTERNATE ALTERNATI5-1 A-3.1 A-3.2 i 1<TERNATE A-S ALTERNATE A►-1 TOTAL Construction. 21- onstruction, LLC $1,449.855.00 L�463,913.00 7 ,000.00 $80,000,001 $36,000= $1106.000_O0, ' $1 6,000.00 $210,000.40 140,000.00. $1.8 7,855_00 $130_000.OG $1,98.9,913'00 1ALTERNATE: ALTERNATE ALTERNATE ALTERNATE; B11]I]ER BASS 8111 TOTAL ►4,11 Ate. A-8 A#1 2 MS3 - Constructors, 1, 08.048.00 $48,375,00 7,750.00 98,7 0.00 $126,250.00 1,919,17 .00 Inc. _ C4orth stack onstruction. 1,677, 30.;3g1 $50,212.99 $64,71 .43 09,543.J, 14 .afi3 . g $2,145. 7112 L L. Cooper General Contractors 1.716,540 $26,000,�� $42.500-00 $242.700.0Q! � $131,000.00 $2.1 6,740.�(? The Fain ra�Gp, Inc. : 1,740,40g_501 60,000.001 $85,000.00 $179,000.00{t 1 $146,000,0 -' $224,852.50: 225;977,40 2.210,44g.60 . green taping, LP $1,747,79 ,40 87,244_50 6,264.0Q ~62,352.1134.80 Cote Construction, $2,084,65a.23 $48,oco.00 $46.000,00; $114,500.001 $1124,000M $ ,367,158.231 i lnc. chmoldt Bidonstfncbon, Incompletelnc, _ _ paw lass Bid ontractors Incomplete I Base bid - Improvements include installation of 8' - 10' trails, existing parking lot asphalt resuJecfng and striping with wheel stops, addition of new central parking lot, post and cable fencing, new pla.ygrOUnd, 24' X 24' shelter with lighting, beaches, pica is tables, drinking fountain. gniak couplers, b]ke racks and landscaping , Bid alternate #A-3.1 - Improvements Include installation of a multi use half basketball court With trail connection. Bid alternate #A-3. - Upgrade to multi use full basketball court. Bid alternate #A-8 - Additional 1.157 LF of 8-11 feat wide trails; and lnaludirig pedestrian bridge and structural abutments, Bid aiternate A-12 - Add Rio n a 11,200 LF 8-11 font wile trails, connecting the north loop extension trails. including the resurfacing of existing north parking lot. Total appropriations are summarized below; Source Current Proposed PARR Gas $207,219, 121 D. of Revenue Source urr�nt #pprapriaikion Proposed Total PARD Dedication Feesees 600.00{$t34,g07.4f} ,!� A � 346,82T.i)f;� !2018 Bond f Program ,0OO,DI7t�.00i 0.00 $,000, 000,00 Total I $2,268,139.0 $ 84,907.00 $ ,�663.046,02 Construction is anticipated to commence in May 2020. The contract time for the base bid items Is 180 cal andar days. The additIon of ille four alternate items tariff include an addif ona160 calendar days for a total of 240 calendar days. Funds for this project are included in the 2018 Bond Program, Available resources within the General Fund Will be used to provide interim financing until debt is Issued. Once debt associated with the project is sold, bond proceeds willI reimburse the General Fund In accordance with the statem.ant expressing official Intent to Reimburse that was adopted as part of the ord.1nance canvassing the bond election (Ordinance Na. 2 3 09.05-018) and stjbsequent actions taiken by the Mayor and C ouncll. As of March 31, 2020. per previously approved FY2020 M & Cs authorizing capital improvements, the cumulative total of al additionaI estimated maintenance costs for FY2022 was $50,695.00, The estimated additional annual maIntenante cost to maintain Riverside Community Park will bo 168.88 ,00, MVVBE OFFICE; NORTHSTAR CONSTRUCTION, LLD is in compliance with the ity's BDE Ordinance by cornniftting to 1.00% IVIBE participation and documenting good faith effort- NORTHSTAR OONSTIR LJOTI0K LL C ideritffied several subcontracting and supplier opportunities. However, the firms contacted in the areas Identified d1d not respond or slid not submit the lowest bids. The City's M BE goat on this project is 1611/0. This project is located in the C 00NCIL D IS TRi c "r g. FISCAL INFQRMATION J ERTIEI t The Director of Finance certifies that funds are currently available In the PPD 4.13-3, PPD 4.1-4, PIED 4.1-: , PPP 4,1-2 Projects or the PARD Dedication frees Fund and upon approval of the above recommendations and adoption of the attached.appropriation ordinance, funds will be available In the 2016 Bond Prograrn Fund and the PARD Dedication Fees Fund for the Riverside Park TRV Reno & Dev Project to support the approval of the above recornrnendation and award of the contract. Prior to an expenditure being incurred, the Park & Re-Creaflon Department has the responsibility of verifying the avaibility of funds. Subiritted for Q ity Ma n a g V, r'sQf ice by: Origonating Business UnitAmt Fernando Costa -1 2 David Greek 5704 Additional information Contarti Tonda Rice 5759 ADDENDUM #1 Riverside Community Pare Plies& I Improvoments Project February 21. 020' TO ALL BIDDERS: Pleasa attach to your specifications. This addendu€rt is hereby made a part ci the Contract Documents and is Issued to modify explain or Correct the oilginaa drawings and{or project manual. GENERAL The following Is a surn"ry of general ]terns rooked and questions by contractors via email. revisions to the plans and spocifications have been noted and includad in this addendum. 1) NOTE: Defer to attached Pre -Bid Meatincd. Notes for Questions and Responses discussed at the Pre -Bid Meeting held on February 12, 2020. 2) PRODUCT SUB T1T11QN REQUESTS- Tape following product specifications were submitted by contractors with the Request for Substitution Form (01 25 00) and all necessary specifications and detail information. No otter products have been formaIIy aubmilted with all required data. a_ 6' Bench by Sripedar Recreational Products —#dot Approved h. S' and 6' Picnic Tables by Supedar Recreational Prodlucts —blot Approved c. Bike Rack by Superior RecreattonaI Products -i Mot Approved d. Trash Receptacle b ri Supeor RecrealionaI Products — Approved e. Trash Bannet by SUperlor RecreaUonaI Products — Approved 3) QUESTION. What are the requirements for the asphalt resurfacing? RESPONSE: The existing parking lots should have the top lift (1.5" to 2") milled and replaced with " rnIriirnum lop 11f1. per the C ity of Fors Worth Standard Specifications Secti€ n 3 2 01 17 (Permanent Asphalt Paving Repia.come nt) and Section 32 12 16 (Asphalt Paving). 4) QUESTION: The Steel Pipe Access Gate Datall on Shaot 21 shows cannection to the post and cable fence, and the Omensions indicate a smaller opening that ghat is shown on the Site Layout on Sheet 12. Please verify and advise. RESPONSE: 'rho steel pipe access gate located at the south paddrig lot will be placed adjacent to stone boulders. No past and cable fence will be provided al this section. The dimensions on Sheet 21 have been corrected to show at 20' wade gate opening. 5) Q U E STI0N: t hat is required for -the 'trash inlet protection' noted ors the, VV a(or Quallty flans? RF-S PO NS E: The contractor will be required to provide a Iocaily sourced nietaI grate to be Molted in place inside the existing storm inlets. XOTN""i1:1111 iI[INI91MVa, I I Lem REFER TO SHEET 3.3 (12 at 65): Site Layout Plan Replaco with revised sheaf. Updated c llouts for afternate parking Jot area aad alternate access drive in response to questions from contraclors at the fire -Bid Meeting. REFER TO SHEET 4.5 (18 of 65): Site Details Replace with Fevisrwd sheet. Detall 4 upda(ad to refioct City of Fort Worth Park acid Recreation Department standard bike rack. REFER TO SHEET 4.8 (21 of 5): Slto details Replace with revised sheet. Detaff ? updaled t4 reffecrt a 0' atv opening at the steel pipe access gate, and remove rsferance to the contraction to the past and cable fencing. The sla l pine gate or O be placed adjacent to Vona bouiders in lieu of post and cable fence. REFER TO SHEETS 61, 6.2 and 6_3 (32 to 34 of 65�: GradIng Plan f?apfaca iti) re�rfsed sheet. Revised grading per corn ments from City of Fart North Ffoodpfain AdrnO43traior, Included additional spoi grades at alternate entry drive at Oakhurst ,Scenic and Gifils Street, in response to questions from r:onlractors at the Pre-B d Meeting. REFER TO SHEET -1 (65 ofl35): Structural Details Replace with i-evfsed sheet. Revised ahulment d�tali to be 14' +ride, to accan7mcdoto the proposed pedestrian bridge width. z[*IauL1nII:lI REFER TO: 00 42 43 — Proposal Form Replace Proposal Farm. Revised proposat foram to ,show ME correct number of Wheel stops (1- ,3), adjust6d nay iing for pavilion fighting and electrical service (l- 8), and adjusrFed the r ambering of alternate A-4,1 and Ar4. 2. In correspond with the changes to the Site Layout Plan- The Biel proposal workbook hos also been piuvided in digital (x1s) format for use by time biddc:rs, REFER TO. 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures to Grade include specification section. This specification section was noted in tho Table of Contents, but was riot pro v ded in the pMISd manual, END OF ADDENDUM 41 Bfd Opening Date: February 27, 2020 cknawledge- tha receipI of this Adderid um on your Proposal. By'11�f R I' O-C- rich Rice, Project Manager Release Date: February 21, 2020 +s O M o SECTION 0D 10 00 SEALS 'AGE EN OFSECTION W05fi-f 51=ALN iarh�iF f'uFc 1 a�1' f CITYOFIF( M'Twf16rP TZIV,:qI1,LCjnnj1FIilI.V13LIFkPlIphrJImprmu vil.SV?ck,jW:I STANDARbCONSTRIIC'k'EOXAE?Et[PICATIONtXXtMENTS' -C'pkf Prp�.Na COIIWk 00 11 13- 1 INVITATION TO BIDDERS Page I of 2 l SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Riverside Community Park Phase I Improvements Project, 5 City Project No. COI 196 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 200 Texas Street 10 Fort Worth, Texas 76102 11 until 1:30 P.M. CST, THURSDAY, FEBRUARY 27, 2020, and bids will be opened publicly 12 and read aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work for Riverside Community Park Improvements will consist of the (approximate) 16 following: Installation of new playground equipment and concrete playground border/access 17 ramp, basketball court, pavilions, drinking fountain, post and cable fencing, concrete vehicular 1S paving, asphalt vehicular paving, asphalt resurfacing of parking lots, concrete trails and 19 sidewalks, pedestrian bridge, practice sports fields, sports field lighting, entry drives and parking 20 lot expansions, landscape/irrigation, and drainage improvements. 21 22 QUALIFICATION 23 The improvements included in this project must be performed by a contractor who is qualified by 24 the City at the time of bid opening. The procedures for qualification and qualification are outlined 25 in the Section 00 21 13 INSTRUCTIONS TO BIDDERS. 26 27 DOCUMENT EXAMINATION AND PROCUREMENTS 28 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 29 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasin / and 30 clicking on the link to the advertised project folders on the city's webiste. The Contract 31 Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. 32 The contractor is required to fill out and notarize the Certificate of Interested Parties Form 33 1295 and the form must be submitted to the Project Manager before the contract will be 34 presented to the City Council. The form can be obtained at 35 httus://www.ethics.state.tx.us/tec/1295-Info.htm . 36 37 PREBID CONFERENCE 38 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 39 BIDDERS at the following location, date, and time: 40 41 42 43 DATE: WEDNESDAY, FEBRUARY 12, 2020 44 TIME: 1:30 P.M. — 2:30 P.M. 45 PLACE: City of Fort Worth Park & Recreation Department 46 4200 S. Freeway, Suite 2200 47 Fort Worth, Texas 76115-1499 48 LOCATION: Conference Room 1 49 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1 196 Revised December 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 29 29 30 31 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 2 SITE VISIT Immediately following the Prebid Conference, the Contractors, City Staff, and Design Consultants will visit the project site. PLACE: Riverside Community Park 501 Oakhurst Scenic Drive Fort Worth, Texas 76111 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from user fees and bonds and dedicated by Resolution of the City of Fort Worth Park and Recreation Department to the work under this INVITATION TO BIDDERS. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Tonda Rice, City of Fort Worth Email: tonda.rice@fortworthtexas.gov Phone: 817-392-5759 AND/OR Attn: John Fielder, Kimley-Horn and Associates, Inc. Email: john.fielder@kimley-horn.com Phone: 817-339-2277 ADVERTISEMENT DATES THURSDAY, JANUARY 30, 2020 THURSDAY, FEBRUARY 6, 2020 END OF SECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 22, 2016 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 I SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 LL 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. Prime Bidder Qualification Requirements 35 36 3.1. The City will evaluate all submitted bids based on criteria and qualifications. 00 45 14 37 Bidder's Statement of Qualifications is to be submitted and received by the Parks and 38 Community Service Department Project Manager no later than 5:00 F.M., five (5) City 39 business days after the bid opening date, exclusive of the bid opening date. 40 41 3.2. The City reserves the right to reject any or a]I bids and waive any or all formalities. 42 The City will award one contract with a combination of base bids and/or alternates 43 which is most advantageous to the City. 44 45 3.3. Additional requirements for qualification may be required within various sections of the 46 Contract Documents. 47 48 4, Examination of Bidding and Contract Documents, Other Related Data, and Site 49 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. COI 196 Revised May 27, 20IS (PACs) 4.1. Before submitting a Bid, each Bidder shall: 2 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 3 4.1.1. Examine and carefully study the Contract Documents and other related data 4 identified in the Bidding Documents (including "technical data" referred to in 5 Paragraph 4.2. below). No information given by City or any representative of the 6 City other than that contained in the Contract Documents and officially 7 promulgated addenda thereto, shall be binding upon the City. 8 9 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 10 site conditions that may affect cost, progress, performance or furnishing of the 11 Work. 12 13 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 14 progress, performance or furnishing of the Work. 15 16 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 17 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, 18 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 19 Nondiscrimination in Federally -assisted programs of the Department of 20 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 21 affirmatively insure that in any contract entered into pursuant to this advertisement, 22 minority business enterprises will be afforded full opportunity to submit bids in 23 response to this invitation and will not be discriminated against on the grounds of 24 race, color, or national origin in consideration of award. 25 26 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 27 contiguous to the Site and all drawings of physical conditions relating to existing 28 surface or subsurface structures at the Site (except Underground Facilities) that 29 have been identified in the Contract Documents as containing reliable "technical 30 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 31 at the Site that have been identified in the Contract Documents as containing 32 reliable "technical data." 33 34 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 35 the information which the City will furnish. All additional information and data 36 which the City will supply after promulgation of the formal Contract Documents 37 shall be issued in the form of written addenda and shall become part of the Contract 38 Documents just as though such addenda were actually written into the original 39 Contract Documents. No information given by the City other than that contained in 40 the Contract Documents and officially promulgated addenda thereto, shall be 41 binding upon the City. 42 43 4.1.7. Perform independent research, investigations, tests, borings, and such other means 44 as may be necessary to gain a complete knowledge of the conditions which will be 45 encountered during the construction of the project. On request, City may provide 46 each Bidder access to the site to conduct such examinations, investigations, 47 explorations, tests and studies as each Bidder deems necessary for submission of a 48 Bid. Bidder must fill all holes and clean up and restore the site to its former 49 conditions upon completion of such explorations, investigations, tests and studies. 50 CITY OF FORT WORTH Riverside Community Park Phase 1 [mprovements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised May 27, 2015 (PACs) 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 2 cost of doing the Work, time required for its completion, and obtain all information 3 required to make a proposal. Bidders shall rely exclusively and solely upon their 4 own estimates, investigation, research, tests, explorations, and other data which are 5 necessary for full and complete information upon which the proposal is to be based. 6 It is understood that the submission of a proposal is prima -facie evidence that the 7 Bidder has made the investigation, examinations and tests herein required. Claims 8 for additional compensation due to variations between conditions actually 9 encountered in construction and as indicated in the Contract Documents will not be 10 allowed. 11 12 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 13 between the Contract Documents and such other related documents. The Contractor I4 shall not take advantage of any gross error or omission in the Contract Documents, 15 and the City shall be permitted to make such corrections or interpretations as may 16 be deemed necessary for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification 19 of: 20 21 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 22 the site which have been utilized by City in preparation of the Contract Documents. 23 The logs of Soil Borings, if any, on the plans are for general information only. 24 Neither the City nor the Engineer guarantee that the data shown is representative of 25 conditions which actually exist. 26 27 4.2.2. those drawings of physical conditions in or relating to existing surface and 28 subsurface structures (except Underground Facilities) which are at or contiguous to 29 the site that have been utilized by City in preparation of the Contract Documents. 30 31 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 32 on request. Those reports and drawings may not be part of the Contract 33 Documents, but the "technical data" contained therein upon which Bidder is entitled 34 to rely as provided in Paragraph 4,02. of the General Conditions has been identified 35 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 36 responsible for any interpretation or conclusion drawn from any "technical data" or 37 any other data, interpretations, opinions or information. 38 39 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 40 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 41 exception the Bid is premised upon performing and furnishing the Work required by the 42 Contract Documents and applying the specific means, methods, techniques, sequences or 43 procedures of construction (if any) that may be shown or indicated or expressly required 44 by the Contract Documents, (iii) that Bidder has given City written notice of all 45 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 46 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 47 etc., have not been resolved through the interpretations by City as described in 48 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 49 and convey understanding of all terms and conditions for performing and furnishing the 50 Work. 51 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised Inlay 27, 2015 (PACS) 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 2 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 3 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 4 Documents. 6 5. Availability of Lands for Work, Etc. 7 8 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 9 access thereto and other Iands designated for use by Contractor in performing the Work 10 are identified in the Contract Documents. All additional lands and access thereto 11 required for temporary construction facilities, construction equipment or storage of 12 materials and equipment to be incorporated in the Work are to be obtained and paid for 13 by Contractor. Easements for permanent structures or permanent changes in existing 14 facilities are to be obtained and paid for by City unless otherwise provided in the 15 Contract Documents. 16 17 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 18 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 19 of. -way, easements, and/or permits are not obtained, the City reserves the right to cancel 20 the award of contract at any time before the Bidder begins any construction work on the 21 project. 22 23 53. The Bidder shall be prepared to commence construction without all executed right-of- 24 way, easements, and/or permits, and shall submit a schedule to the City of how 25 construction will proceed in the other areas of the project that do not require permits 26 and/or easements. 27 28 6. Interpretations and Addenda 29 30 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 31 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 32 received after this day may not be responded to. Interpretations or clarifications 33 considered necessary by City in response to such questions will be issued by Addenda 34 delivered to all parties recorded by City as having received the Bidding Documents. 35 Only questions answered by formal written Addenda will be binding. Oral and other 36 interpretations or clarifications will be without legal effect. 37 38 Address questions to: 39 40 City of Fort Worth 41 1000 Throckmoxton Street 42 Fort Worth, TX 76102 43 Attn: Tonda Rice, Park and Recreation Department 44 Fax: 817-392-5724 45 Email: tonda.rice@fortworthtexas.gov 46 Phone: 817-392-5759 47 48 49 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 50 C@. 51 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised May 27, 2015 (PACs) 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.3. Addenda or clarifications may be posted via Buzzsaw at: 2 3 http://www.fortworthtexas.54oy/purchasing 4 5 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 6 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 7 Project. Bidders are encouraged to attend and participate in the conference. City will 8 transmit to all prospective Bidders of record such Addenda as City considers necessary 9 in response to questions arising at the conference. Oral statements may not be relied 10 upon and will not be binding or legally effective. 11 12 7. Bid Security 13 14 7.1. Each Bid must be accompanied by Bid Bond ]Wade payable to City in an amount of five 15 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 16 the requirements of Paragraphs 5.01 of the General Conditions. 17 18 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 19 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 20 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 21 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 22 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 23 other Bidders whom City believes to have a reasonable chance of receiving the award 24 wiIl be retained by City until final contract execution. 25 26 8. Contract Times 27 The number of days within which, or the dates by which, Milestones are to be achieved in 28 accordance with the General Requirements and the Work is to be completed and ready for 29 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 30 attached Bid Form. 31 32 9. Liquidated Damages 33 Provisions for liquidated damages are set forth in the Agreement. 34 35 10. Substitute and "Or -Equal" Items 36 37 10.1. The Contract, if awarded, will be on the basis of materials and equipment described in 38 the Bidding Documents without consideration of possible substitute or "or -equal" 39 items. Whenever it is indicated or specified in the Bidding Documents that a 40 "substitute" or "or -equal" item of material or equipment may be furnished or used by 41 Contractor if acceptable to City, application for such acceptance will not be considered 42 by City until after the Effective Date of the Agreement. The procedure for submission 43 of any such application by Contractor and consideration by City is set forth in 44 Paragraphs 6.05A., 6.05B. and 6.05C. of the General Requirements. 45 46 10.2. All playground equipment is pre -approved equipment. All play component structures 47 are not subject for substitution. 48 49 11. Subcontractors, Suppliers and Others 50 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised May 27, 2015 (PACs) 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 11.1. 1n 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 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 24 price item listed therein. In the case of optional alternatives, the words "No Bid," 25 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 26 written in ink in both words and numerals, for which the Bidder proposes to do the 27 work contemplated or furnish materials required. All prices shall be written legibly. 28 1n case of discrepancy between price in written words and the price in written 29 numerals, the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner, whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature, 40 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each j oint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 12.8. All names shall be typed or printed in ink below the signature. 51 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised May 27, 2015 (PACS) 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 2 which shall be filled in on the Bid Form. 3 4 12.10. Postal and email addresses and telephone number for communications regarding the 5 Bid shall be shown. 6 7 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 8 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 9 to State Law Non Resident Bidder. 10 11 13. Submission of Bids 12 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 13 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 14 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, I5 marked with the City Project Number, Project title, the name and address of Bidder, and 16 accompanied by the Bid security and other required documents. If the Bid is sent through the 17 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 18 with the notation 'BID ENCLOSED" on the face of it. 19 20 14. Modification and Withdrawal of Bids 21 22 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 23 withdrawn prior to the time set for bid opening. A request for withdrawal must be 24 made in writing by an appropriate document duly executed in the manner that a Bid 25 must be executed and delivered to the place where Bids are to be submitted at any 26 time prior to the opening of Bids. After all Bids not requested for withdrawal are 27 opened and publicly read aloud, the Bids for which a withdrawal request has been 28 properly filed may, at the option of the City, be returned unopened. 29 30 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 31 time set for the closing of Bid receipt. 32 33 15. Opening of Bids 34 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 35 abstract of the amounts of the base Bids and major alternates (if any) will be made available 36 to Bidders after the opening of Bids. 37 38 16. Bids to Remain Subject to Acceptance 39 All Bids will remain subject to acceptance for the time period specified for Notice of Award 40 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 41 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 42 43 17. Evaluation of Bids and Award of Contract 44 CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised May 27, 2015 (PACs) 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 17.1, City reserves the right to reject any or all Bids, including without limitation the rights 2 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder, whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price, contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders, Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers, and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs, maintenance requirements, performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications, and financial 33 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization, work of a value not less than 38 35% of the value embraced on the Contract, unless otherwise approved by the City. 39 40 17.5. 1f 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised May 27, 20I5 (PACs) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Riverside Commmity Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised May 27, 2015 (PACS) 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http:l/wvvvv.ethics.state.tx.us/forms/CIQ.pd http://www.ethics.state.tx.us/forms/CIS.pdf 0 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary 121 CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Northstar Construction, LLC 2112 Solona Street Address Here or Space Fort Worth, Texas 76117 END OF SECTION By: Michael A. Heimlich Signature: Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook -Riverside 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 200 Texas Street City of Fort Worth, Texas 76102 FOR: Riverside Community Park Phase I Improvements Project City Project No.: C01196 Units/Sections: PARD FID. 39302-0800450-541200-CO1196 34018-0800450-541200-CO 1196 34110-08004 50-541200-001196 D.O.E. Project No. 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Riverside Community Park Phase I Improvements Project City Project. No. C01196 Form Revised 20120327 Bid Proposal E 0041 00 BID FORM Page 2 of 3 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. Prequalifi cation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a b. C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, .Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequaiification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIO or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Riverside Community Park Phase I Improvements Project City Project. No. C01196 Form Revised 20120327 Bid Proposal i L 00 41 00 ` BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid $1,449,855.00 Alternate Bid $1,494,850.00 I Total Bid $2,944,705.00 7. Bid Submittal This Bid is submitted on February 27, 2020 by the entity named below. Respectfully submi ted, �� ���� n ., 1'1- (Signature)By. c Michael A. Heimlich (Printed Name) Title: President Company: Northstar Construction, LLC Address: 2112 Solona Street Fort Worth, Texas 76117 State of Incorporation: Texas Email: mike@northstar93.com Phone: 817-244-8885 END OF SECTION Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Riverside Community Park Phase I Improvements Project City Project. No. C01196 Form Revised 20120327 Bid Proposal 00 42 43 BID PROPOSAL Page 1 of2 r SECTION 00 42 43 PROPOSALFORM 00474.1 BID PROPOSAL Page 1 of 1 UNIT PRICE BID Bidder's Application Project Item information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Unit Price Quantity Bid Value 1-01 Remove Existing Paving 0241 13 Sy 1,330 $ 27.00 $ 35,910.00 1-02 Asphalt Resurfacing 0241 13 SF 6,1801 $ 4.00 $ 24,720.00 1-03 Erosion Control and Temporary Construction Facilities 31 25 00 LS 1 $ 65,000.00 $ 65,000.00 1-04 Asphalt Paving - Parking Areas 31 2500 SF 32,300 $ $ 226,100.00 1-05 Concrete Paving - Parking Areas 31 1313 SF 1,665 $ $ 13,320.00 1-06 Pedestrian Paving and Sidewalks 32 13 20 SF 52,735 $ ]6.00 $ 316,410.00 1-07 18" Concrete Ribbon Curb 321320 LF 1,410 $ 2 $ 29,610.00 -08 Post and Cable Fence SEE DETAIL LF 1,475 $ 15.00 $ 22,125.00 1-09 Landscape Boulders and River Rock SEE DETAIL LS 1 $ 35,000.00 $ 35,000.00 1-10 Sod - Bermuda 32 92 13 SF 77,750 $ 0.56 $ 43,540.00 1-11 Temporary Irrigation 32 90 10 LS 1 $ 15,000.00 $ 15,000.00 1-12 Accessible Picnic Table SEE DETAIL EA 2 $ 1,750.00 $ 3,500.00 1-13 Standard Picnic Table SEE DETAIL EA 2 $ 1,680.00 $ 3,360.00 1-14 Benches SEE DETAIL EA 7 $ 1,800.00 $ 12,600.00 1-15 24x24 Pavilion w1 Structural Slab SEE DETAIL EA 1 $ 52,000.00 $ 52,000.00 1-16 Bike Rack Set SEE DETAIL EA 2 $ 1,360.00 $ 2,720.00 1-17 Drinking Fountain wl Water Service SEE DETAIL LS 1 $ 25,000.00 $ 25,000.00 1-18 Playground Equipment SEE DETAIL LS 1 $ 150,000.00 $ 150,000.00 1-19 Playground Concrete Border and Access Ramp SEE DETAIL LS 1 $ 11,000.00 $ 11,000.00 1-20 Playground Subsurface Drainage SEE DETAIL LS 1 $ 3,400.00 $ 3,400.00 1-21 Playground Mulch Surfacing SEE DETAIL CY 360 $ 90.00 $ 32,400.00 1-22 Steel Removeable Bollards SEE DETAIL LS 1 $ 7,000.00 $ 7,000.00 1-23 Concrete Wheel Stops SEE DETAIL EA 22 $ 60.00 $ 1,100.00 1-24 Security Lighting and Electrical Service 265868 LS 1 $ 7,500.00 $ 7,500.00 1-25 Steel Pipe Security Fence and Gate SEE DETAIL EA 1 $ 8,000.00 $ 8,000.00 1-26 Paving Marking and Striping 321723 LS 1 $ 10,000.00 $ 10,000.00 1-27 Water Quality BMP - BioRetention Areas, Irrigation and Inlet Protection SEE DETAIL LS 1 $ 160,000.00 $ 160,000.00 1-28 1 Pavilion Lighting and Electrical Service 26 56 68 LS 1 $ 44,000.00 $ 44,000.00 1-29 New Curbs at South Parking Lot MULTIPLE LS 1 $ 6,000.00 $ 6,000.00 1-30 Construction Allowance 9999.0001 EA 1 $ 50,000.00 $ 50,000.00 1-31 Construction Staking and Survey 01 71 23 LS 1 $ 12,000.00 $ 12,000.00 1-32 Signage Allowance SEE DETAIL LS 1 $ 5,000.00 $ 5,000.00 1-33 Retaining Wall a Sidewalk MULTIPLE FF 220 $ 50.00 $ 11,000.00 1-34 Trail Crossing (Signago & Grooves) SEE DETAIL LS 1 $ 2,000.00 $ 2,000.00 1-35 Trail Underdrain SEE DETAIL EA 1 $ 1,300.00 $ 1,300.00 1-36 6" Saw Tooth Concrete Curb SEE DETAIL LF 320 $ 7.00 $ 2,240.00 Base Bid Subtotal $ 1,449,855.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Riverside Community Park Phase I Improvements Project City Project_ No COI 196 Bid Proposal 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 0042 43 PROPOSALFORM 0142 43 BID PROPOSAL Page I or I UNIT PRICE BILE Bidder's Application Project Item Information Bidders Proposal Bidlist Item No. Description Specification Section No. lUnitof IMeasure Bid Unit Price Quantity Bid Value Alternate Bid Items ALTA-1 Kayak Launch Area SEE DETAIL LS 1 $ 150,000.00 $ 150,000.00 ALTA-2 24x24 Pavilion wl Structural Slab, Lighting, Picnic Tables and Benches SEE DETAIL LS 1 $ 140,000.00 $ 140,000.00 ALT A-3.1 Multi Use Court - Half Court SEE DETAIL LS 1 $ 76,000.00 $ 76,000.00 ALT A-3.2 Multi Use Court - Full Court Upgrade SEE DETAIL EA 1 $ 36,000.00 $ 36,000.00 ALT A-4.1 South Parking Lot Extension MULTIPLE LS 1 $ 215,000.00 $ 215,000.00 ALT A4.2 South Parking Lot Extension - Entry Drive & Retaining Walls MULTIPLE LS 1 $ 60,000.00 $ 60,000.00 ALT A-5 Irrigation Allowance - Trees and Fiold]Open Play Re -Establishment 32 90 10 LS 1 $ 27,000M $ 27,000.00 ALTA-6 Field/Open Play Re -Establishment (Seed and 2" Topsoil) 32 93 13 LS 1 $ 40,000.00 $ 40,000.00 ALT A-7 Field/Open Play Sportslighting 26 56 68 LS 1 $ 370,000.00 $ 370,000.00 ALT A-8 Pedestrian Bridge wl Structural Abutments SEE DETAIL LS 1 $ 166,000.00 $ 166,000.00 ALT A-9 Pavilion Column Stone Upgrade SEE DETAIL LS 9 $ 13,000.00 $ 13,000.00 ALT A-10 Landscape - Shade Trees 32 93 13 EA 9 $ 650.()Ol $ 5,850.00 ALT A-f 1 Oakhurst Scenic Drive - On Street Parallel Parking Spaces 31 25 00 LS 1 $ 56,000.00 $ 56,000.00 ALT A-12 Concrete Trail Extensions w/ Underdrains and Bollards MULTIPLE LS 1 $ 140,000.00 $ 140,000.00 Alternate Bid Items Subtotal $ 1,494,850.00 Bid Summary Base Bid Base Bid Subtotall $ 1,449,855.0( Alternate Bid END OF SECTION Total Alternate Bid $ 1,494,850.00 Total Bid $ 2,944,705.00 CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Riverside Community Park Phase I Improvements Project City Project Na_ CO1196 Bid Proposal SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 0043 13 BID BOND Page 1 or 1 That we, (Bidder Name) Northstar Construction, LLG hereinafter called the Principal, and (Surety Name) Argonaut Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Fire Pemont of the Greatest Amo4rnl Bid and No1100 Dollars ($ �a of O.A_B .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Riverside Community Park Phase I Improvements Project 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 27th day of February , 2020. By: Northstar Construction, LLC 7. *By: Argonaul Insurance Cdrrlpnny I.t d]chellc Staider. Attornev- (Signature and Title of Principal) (Signature of Attorney -of -Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION Impressed Surety Seal Only CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Riverside Community Park Phase I Improvements Project Chy Project. No. C01196 Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook-Riverside.As 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , 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 are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas.0 BIDDER: Northstar Construction, LLC 2112 Solona Street Address Here or Space Fort Worth, Texas 76117 END OF SECTION By: Michael A. Heimlich oLow,ly,e'1,1 (Signature) Title: President Date: -? XP -7 /Qao r-), CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Riverside Community Park Phase I Improvements Project City Project. No. C01196 Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook -Riverside 0045 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page l of SECTION 00 45 14 BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name: Northstar Construction, LLC Address: 2112 Solona Street City: Fort Worth Telephone Number: 817-244-8885 Number of years in business under present name: Former name(s) of organization: Date Organized: April, 1993 ❑ PARTNERSHIP ❑ CORPORATION State: Texas Gip: 76117 Fax Number: 817-244-8886 27 CLASSIFICATION: 0 General ❑ Building ❑ Electrical ❑ Plumbing ❑ IIVAC ❑ Utilities ❑ Earthwork ❑ Paving ❑ Other LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATION A -Train Bike & Pedestrian Trail - Lewisville NAME /TELEPHONE NUMBER OF OWNERDenton County Transportation Authority 972-966-5112 NAME /TELEPHONE NUMBER OF SURETY Mullis Newby Hurst 972-201-0134 AMOUNT OF CONTRACT $ 2,598,777.00 COMPLETION DATE December, 2019 SCOPE OF WORK DESCRIPTION Construction of 1.9 miles of hike & bike trail. Work consisted of grading, drainage, cast -in -place concrete, retaining walls, and pedestrian crossings PROJECT NAME AND LOCATION Timberglen Trail - Dallas CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised August 17, 2012 0045 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 2 of 5 NAME /TELEPHONE NUMBER OF OWNER City of Dallas 214-228-0401 NAME /TELEPHONE NUMBER OF SURETY Mullis Newby Hurst 972-201-0134 AMOUNT OF CONTRACT $ 817,770.00 COMPLETION DATE January, 2020 SCOPE OF WORK DESCRIPTION Construction of concrete trail, pedestrian bridge, concrete retaining walls, pedestrian lighting, landscaping/irrigation and ornamental railing PROJECT NAME AND LOCATION Bunch Park Phase I - Fort Worth NAME /TELEPHONE NUMBER OF OWNER City of Fort Worth 817-392-5759 NAME /TELEPHONE NUMBER. OF SURETY Boley Featherston 940-781-3148 AMOUNT OF CONTRACT $ 405,949.00 COMPLETION DATE May, 2019 SCOPE OF WORK DESCRIPTION Installation of playground equipment, benches, memorial structure, picnic tables, pavilion, and pathways PROJECT NAME AND LOCATION River Legacy Park Trail Linkage - Arlington NAME /TELEPHONE NUMBER OF OWNER City of Arlington 817-459-5489 NAME /TELEPHONE NUMBER OF SURETY Boley Featherston 940-781-3148 AMOUNT OF CONTRACT $ 1,316,629.00 COMPLETION DATE September, 2018 SCOPE OF WORK DESCRIPTION Two pedestrian bridges, grading, and concrete trail PROJECT NAME AND LOCATION CITY OF FORTWORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1145 Revised August 17, 2012 0045 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 3 of 5 - - - - --NAME ITL-E.P_I-ON.ENUMBERADEAaWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: Seamus Downing - See Attached Resume Glenn Allison - See Attached Resume 3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed) SUBCONTRACTOR NAME TBD TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TBD CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1 196 Revised August 17, 2012 0045 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 4 of 5 TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. n. C SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER : C. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised August 17, 2012 0045 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 5 of 5 Notes 1. The Prime Bidder selected for this project shall submit Letters Of Intent executed between the Prime Bidder and any and all subcontractors to be utilized on this project within rive working days of being recognized as the overall qualified low Prime Bidder by the City. Subsequent substitution of sub -contractors must be approved by the City. 2. Prime Bidder shall include financial statement in this submittal. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised August 17, 2012 0NORTHSTAR CONSTRUCTION, LLC Seamus Downing PROJECT SUPERINTENDENT RESPONSIBILITY The primary role of the civil superintendent is to supervise the field construction of a project, including its planning, safety, quality and scheduling, in order to complete the work on time, and to the quality specified. Superintendents thoroughly instruct their personnel in safety practices to be observed in their daily operations and enforce these safety standards to the utmost of their ability and authority. EXPERIENCE 0 6+ years experience in Construction Industry 0 Organization of overall construction projects 0 Interface effectively with Architects, Engineers, Sub -Contractors and Owners 0 Skilled in the reading and interpretation of engineering & architectural blueprints 0 Extensive supervision of construction crews CERTIFICATIONS ® OSHA 10 Hour * OSHA 30 Hour ® Storm Water Management (SWPPP) ® First Aid 1 CPR WORK HISTORY PROJECT: OWNER: CONTRACT: ® Playground Renovations at 3 Parks City of Fort Worth $ 1,088,615.00 a Bunche Park Phase I City of Fort Worth $ 405,949.00 ® Harris Rd Neighborhood Park Improvements City of Arlington $ 1,206,252.00 Nathan Lowe Pocket Park City of Arlington $ 257,383.00 Taxilane Improvements -- Meacham Airport City of Fort Worth $ 1,928,134.00 o Thomas Baseball Fields City of Carrollton $ 464,749.00 o Playground Renovations at 6 Parks City of Fort Worth $ 1,245,712.00 o Forest Park Improvements City of Fort Worth $ 972,962.00 0NORTHSTAR CONSTRUCTION, LLC GLENN K. ALLISON PROJECT SUPERINTENDENT 817.343.5010 Rt 1IMMARY Senior Project Superintendent with extensive knowledge of the construction industry. Professional, well organized, and proficient in managing a top-quality construction site. EXPERIENCE 25 + years experience in Heavy Civil Construction ® 20 + years experience as Utility Superintendent installing water and wastewater lines up to 25ft. depth Organization of overall construction projects Project developments extending to areas of commercial parks & water parks Interface effectively with Architects, Sub -Contractors, Owners and Construction Management e Skilled in the reading and interpretation of engineering & architectural blueprints Extensive supervision of construction crews SPECIAL SKILLS Concrete construction ® Management reporting a SWPPP WORK HISTORY: Proiecfi ® Meacham Airport Apron Expansion Richland Hills THE Enhancements Burleson Meadows Park Marrow Bone Springs a Arlington CSP Drainage Improvements ® 20t" Year Storm Drainage Improvements UTA Center Street Cottonwood Trail and Multi -Modal Improvements Veteran's Memorial Park Lone Star Hike & Bike Trail o Taxiway Sierra Paving Improvements Walnut Creek Linear Park o Dunlop & Randol Mill Parks * Ridgmar Mall Paving Improvements Utilities ® Water, Sanitary Sewer, Storm Drain Owner: Contract: City of Fort Worth/Meacham $2,718,000.00 Ft.Worth THE $977,771.00 City of Burleson $ 162,250.00 City of Arlington $ 375,500.00 Arlington I.S.D. $ 319,000.00 City of Hurst $ 43,000.00 City of Arlington $ 2,337,075.00 Dallas County $ 4,378,930.00 City of Irving $ 2,240,168.00 City of Grand Prairie $ 3,462,103.00 Town of Addison $ 635,592.00 City of Mansfield $ 3,153,458.00 City of Arlington $ 1,203, 800.00 FW Transportation Authority $ 586,709.00 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02115. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Northstar Construction, LLC By Company 2112 Solona Street Address Fort Worth, Texas 76117 Michael A. Heimlich (PlepIse Priinntt) Signature:. Title: President City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Michael A. Heimlich , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Northstar Construction, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 27th day of February , 2020. Notary Public i nd for the Pate of Texa END OF SECTION ���''evP� 4� SANDY Q. MARTINEZ zB _ 'Notary Public, State of Texas 'r� Comm. Expires 09-25-2022 Notary ip 6930887 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 20t 1 Argonaut Insurance Company Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under P.e laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: Andrea Rose Crawford, Troy Russell Key, Debra Lee Moon- Sammy Joe Mullis Jr., John William Newby, Sandiji Leeponey, Linda Michelle Stalder, Christopher Carl Sundberg Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and otht r mulertakags in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of. $50.000.000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Rwrlutiot-•adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice Presldera Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of famixnile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the givop pavw of attorney, to execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings and contracts asuretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its offtcral %4 ; to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May, 2017. STATE OF TEXAS COUNTY OF HARRIS SS: 5 dam:• 1948 :'2? by: Aryl * llllp+',, Argonaut Insurance Company Joshua C. Betz , Senior Viee President On this 8th day of May, 2017 A.D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICER OF 711 E{ CONUTANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknuwiikiged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMON Y WREMEOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. (Notary Public) 1, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 7 fday of 2v?40 S,lal ll111„„ �• �1�4 �vaizQFCF,'s i iL'•, 199a r 2_ James Bluzard , Vice President -Surety THIS DOCUMENT IS NOT VALID UNLESS THE WORDS ARGO POWER ARE IN BLUE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (210) 321 - 8400. i 51 IMPORTANT NOTICE To obtain information or make a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to make a complaint: ARGONAUT INSURANCE CC)Ilfl�PANY Please send all notices of claim on this bond to: Argonaut Insurance Company Argo Surety Claims 225 W. Washington St., 24th Floor Chicago, IL 60606 (833) 820-9137 (toll -free) You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (512) 490-1007 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://Www.tdi.state.tx.us E-mail: Cons umerProtectionoe tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact: your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACK THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 00 45 40 - 1 Minority Business Enterprise Specifications Page I of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the frill and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is _% of the total 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: I. 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. Ti.1e Ofiei-or sfif1I I deliver the MBE docurnerrmstion in person to Elie appropriate einployee or the purcliming divisiori arl4, ol}Wn a dateAime recelpt_ Sucli receipt shall be evidence that the City reeciWd the d0cunie11tatioi1Jp ti t timo allocated. A f11 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m.., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised June 9, 20I S 00A5A0-2 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. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE 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 DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The NMUE Office at (817) 212-2674. 8 END OF SECTION 10 11 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised June 9, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 004541-1 SMALL BUSINESS ENTERPRISE GOAL Page 1 of 2 SECTION 00 45 41 SMALL BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small Business Enterprises (SBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. SBE PROJECT GOAL The City's SBE goal on this project is _% of the base bid 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 SHE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a SBE 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 SBE goal through SBE subcontracting participation, or 2. Meet or exceed the above stated SBE goal through SBE 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 Purchase Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror sitali del ivcir Ifie SHE d0Cutner]mtioll in persupI 14) 1he appropriate -employee of thk! purchasing; divkiian ;mfl obtain it datd/llnll' rue ipl, Such 1-ce-6pt LAI;IIJ f,e evidi'-T e. Quit the Cily received th AOCUIII(AltaiiO11 in 11W IiInC aIkht 4ud, A 6veii a m I A P r imiI p,, kileil riipy will uikI !,c a�cEe04 1- p 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business met or exceeded: day 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 Utilization Form, if participation is less than days after the bid opening date, exclusive of the bid opening statedgoal: date. 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form, if no MBE participation: days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm received no later than 2:00 p.m., on the second City business will perform all subcontracting/supplier work: days after the bid opening date, exclusive of the bid opening date. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised June 9, 2015 004541-2 SMALL BUSINESS ENTERPRISE GOAL Page 2 of 2 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business exceeded: days after the bid opening date, exclusive of the bid opening date. 2 3 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE 4 ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO 5 SPECIFICATIONS. 6 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN 7 THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL 8 RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. 9 THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A 10 DISQUALIFICATION PERIOD OF THREE YEARS. 11 Any questions, please contact the MJWBE Office at (817) 212-2674 12 13 END OF SECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised June 9, 2015 0061 13 - 1 PERFORMANCE BOND Page I of 2 SECTION 00 6113 PERFORMANCE BOND Bond #SUR0058801 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, _ Northstar Constr cf n, LLC , known as "Principal" herein and Ar nut Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Sant of, One Million Eight Thousand Sixty Seven Eight Hundred Fifty Five Dollars ($_1,867,855.00), lawful money of the United States, to be paid in Foil Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the _19_ day of May , 2020_, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Riverside Community Park Improvements Phase I, City Project No. CO28871 NOW, THE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Riverside Connnanity Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 190 Revised July 1, 2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 28th day of May , 20 20 . ATTEST: (Principal) Secretary Witness as to P t ipal %_,_ Witness as to Surety PRINCIPAL: Northstar Construction. LLC , , BY:Nzj (�n Signature Michael A. Heimlich, President Name and Title Address: 2112 Solona Street Fort Worth, TX 76117 SURETY: Argonaut Insurance Comply Signature Debra Lee Moon. Attorney -in -Fact Nanie and Title Address: P.O. BOX 469011 San Antonio, TX 78246 Telephone Number; (800) 470-7958 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY Or FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, Na. CO1196 Revised July I, 2011 0061 14 - 1 PAYMENT BOND Page I oft SECTION 00 6114 PAYMENT BOND BOND # SUR0058801 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Northstar Construction, LLC known as "Principal" herein, and Argoggut Insurance Company a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of One Million Eight Thousand Sixty Seven Eight Hundred Fik Five Dollars ($_1,867,855.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 14 day of May , 2020 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Riverside Community Park Improvements Phase 1, City Project No. CO28871. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH Riverside Community Park Please I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July I, 2011 0001 14-2 PAYMENT BOND Page 2 or2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 28th day of May 520 20 PRINCIPAL: Northstar Construction, LC_ ATTEST: BY: a-/T , Signature (Principal) Secretary Witness as 6 Princi 1 ATTEST: (Surety) Se etary c-,- L Witness as to Surety Michael A. Heimlich, President Name and Title Address: 2112 Solona Street Fort Worth, TX 76117 SURETY: Argonaut Insurance Company BY: Signature Debra Lee Moon, Attorney -in -Fact Name and Title Address: P.O. BOX 469011 San Antonio, TX 78246 Telephone Number: (800) 470-7958_ Nate: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF PORT WORTH Riverside Community Paris Phase I Improvements Projcct STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 0061 19- 1 MAINTENANCE BOND Page I of 3 SECTION 00 6119 MAINTENANCE BOND BOND # SUR0058801 THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we Northstar Construction LLC , known as "Principal" herein and Argonaut Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of One Million Eight Thousand Sixty Seven Eight Hundred Fifty Five Dollars ($_1,867,855.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum wel I and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the_ 19 day of Ma +y , 2020 which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor- and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Riverside Community Park Improvements, Phase 1, City Project No. CO28871. WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY Or FORT WORTH Riverside Communily Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July I, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work„ it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 2,9ttjday of May , 20 20 ATTEST: (Principal) Secretary 4�24 Witness as to Pr i pal ATTEST; (Surety} Secretary Witness as to urety PRINCIPAL: Northstar Construction LLC BY:ALJ Signature Michael A. Heimlich, President Name and Title Address: 2112 Solona Street Fort Worth TX 76117 SURETY: Argonaut Insurance Company g - Signature aebj I ee Moon, Attorney -in -Fact_ _ Name and Title Address: P.O. BOX 469011 San Antonio TX 7824 Telephone Number: (800) 470-7958 *Note: If signed by an officer of ilia Surety Company, there must be on file a certified extract from the by-Iaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Riverside Community Park Please I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. COI 196 Revised July 1, 2011 Argonaut Insurance Company Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under _he laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: Michelle Greenough. Suzanne Elizabeth Niedzwiedz - Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on its behalf as surely, and as its act and deed any and all bonds, contracts, agreements of indemnity and mher linder-Ldkings in suretyship provided, however, that the penal sum of anyone such instrument executed hereunder shall not exceed the sum of: $85.000.000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the follr,ving Resolution adopted by the Board of Directors of Argonaut Insurance Company: 'RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice Praeident, S4ecrelary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of faeuintik. signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named is i fic given power of attorney, to execute in behalfof, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings ar►4 contracts of suretyship, and to affix the corporate sea! thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its a#3icim WAI to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May, 2017. STATE OF TEXAS COUNTY OF HARRIS SS: a,.......r,,,," SUP4N =SEAL?a by: d� 1948 2: • �<C1NQ7S: Argonaut Insurance Company Joshua C. Betz, Senior Vice President On this Sth day of May, 2017 A.D., befiue me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE, OFFICER OF TIC (.')W. ANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and be ack+w*Wged the execution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seat affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly fixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors ofsaid Company, referred to in the preceding instrument is now in force. IN TESTIMONV W. i�kOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. P� (Notary Public) 1, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATPORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 28th day of May 2020. 4' James Bluzard , Vice President -Surely r•'rr.. unr�'',,, a IF YOU TIAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (210) 321 - 8400. IMPORTANT NOTICE To obtain information or make a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to make a complaint: ARGONAUT INSURANCE COMPANY Please send all notices of claim on this bond to: Argo Surety Claims (413) 773-6359 Deliveries Only: 225 W. Washington, 24th Floor, Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 76246 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (512) 490_1007 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 76714-9104 Fax: (512) 475-1771 Web: http:llwww.tdi.state.tx.us E-mail: Conasi nerProtectiorA0tdf.State.tx.us PREMIUM OLD CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a pant or condition of the attached document and is given to comply wih 'Texas legal and regulatory requirements. 00 52 43 - 1 Agreement Page 1 of 5 i SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on May 1.9, 2020 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 Northstar Construction LLC authorized to do business in Texas, acting 7 by 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 12 the 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 15 is generally described as follows: 16 Riverside Community Park Phase I Improvements Project 17 18 Ci Proicct No: C01196 19 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 .Final Acceptance. 24 The Work will be complete for Final Acceptance within ISO days after the date when the 25 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as Iiquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Six Hundred and Fifty Dollars ($650.00 ) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised February 2, 2016 005243-2 Agreement Page 2 of 5 38 Article 5. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 4I Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non -Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Forms) 51 d. Payment Bond 52 e. Performance Bond 53 f Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions. 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6. INDEMNIFICATION 73 6.1 Contractor covenants and agrees to indemnify, hold barmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damaues beine 79 sought were caused, in whole or in part, by any act, omission or neizliaence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 CITY OF FORT WORTH Riverside Community Park Phase I Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. C01196 Revised 11.15.17 005243-3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended_ to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by any act, omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. I09 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of ill Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Riverside Community Park Phase I Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised 11.15.17 005243-4 Agreement Page 4 of 5 122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 123 in Section 808,001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor: (1) noes not boycott Israel, and (2) will not boycott Israel during the term of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 132 all I-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shalt adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 7.9 No Third -Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third -party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH Riverside Community Park Phase I Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. C01196 Revised 11.15.17 166 167 168 169 t70 171 172 173 174 175 176 177 178 04) 52 43 - 5 Agrecinew pap � or 5 fN WITNESS 1 K3,RHO , City and Co.rttractor have each executc;d this Agreement to be effective its of the date subscribed by the City's designated Assistant City Manager ("Weetive Date"). C'011trac(or: NorlIIS101. C()It,.II Irc;Ill'III. I I a' (Si�;rrrrturc} Mir,hael A. Hr ll Mich (11V ssl' t=or WOrtlt Hy: V�{lerie Washington Assistant City Manager Dale ken 1 — — Attc �_. (111-inled Name) City 'i'it1e: President Address: 2112 Soiona Street__ bare (Scat) l3�ttl 'I vorm 1295 Nn- —tr 7 Comma Compliance Manager: 13y sigrihig, I acknowledge that f am the person Mponsible for the monitoring and NdMinistratiorr Of this contract, ineluditIg r;nsurilrl; all performance and roporting requirements. 1oUla Rice Project Manager Approwd as to form and Legality: Isl Doug Black 24161-04-2020 Douglas W. Black — Assistant City Attorney /'�` Af'f ROV IRE - Tv1.f MKLID, vid C cle INTt;lW DIRECTOR, Park & Recreation 0opartment CITY OF FORT WOR'ni STANDARD CONSTRUCTION SPI?CIFICATION DOCUMLINTS RCvNCd 11.15.17 Itiverside CuEt MU11 ry Marl; t' IM t OFF-50AL RECORD ff y SECRETARY t WORTH,�?K a Sign # 166 167 168 169 170 171 172 173 174 175 176 177 178 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: City of Fort Worth Northstar Construction I� _. I_C _ _ By: VOOValeVrieftZshington By. ,�,��; Assistant City Manager (Signature) Date �Y i 1_+t� ,`4,0 Michael A. Heimlich (Printed Nante) Title: President Address: 2112 Solona Street ("lly1ftw ilj: Port Worth„TX26117 13a e I T Attest. cretary_ City Se (Seal) M&C `0 Date: w Form 1295 No. Contract Compliance Manager: By signing, I acknowledge that I am the person Responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tokfla Rice Project Manager Approved as to Form and Legality: a€ID 1�itssV7 aT�� -- Assistant City Attorney APPROV RE ME vid C ek INt'ERM DIRECTOR, Park & Recreation Department CITY OF FORTNORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Raviscd 11.15,17 OFFICIAL RECORD Riverside C in y[y�' ' r AS 9 1 196 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology..........................................................................................................1 1.01 Defined Terms ............................................. ....................................... ........................................... 1 1.02 Terminology..................................................................................................................................6 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 ...................................................... 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 At 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 ......... 6.01 Supervision and Superintendence CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIWEN"IS Revision: Febmay2, 2016 .....................................................................................I......19 .............................................................................I..............19 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 RoyaIties........................................................................................................... 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 DOCUNTNTS Revision: Febnmry2, 2015 Article 10 - Changes in the Work; Claims; Extra Work ........................... 1 10.01 Authorized Changes in the Work .......................................... 10.02 Unauthorized Changes in the Work ...................................... 10.03 Execution of Change Orders .................................................. 10.04 Extra Work............................................................................. 10,05 Notification to Surety............................................................. 10.06 Contract Claims Process........................................................ ................................................. 38 ................................................. 38 ................................................. 39 ................................................. 39 ................................................. 39 ................................................. 39 ................................................. 40 Article I 1 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 -- Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays.......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections............................................................ .............48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period ................. ....... .... ...... ........ ........ ........ ....... ....... ........... 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work .............................................. ...... 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................... Article 16 -Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmwy 2, 2016 Article 17 —Miscellaneous... ......................................................................... 17.01 Giving Notice............................................................................ 17.02 Computation of Times.............................................................. 17.03 Cumulative Remedies............................................................... 17.04 Survival of Obligations............................................................. 17.05 Headings.................................................................................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feluua y2, 2016 ....................................... 62 ....................................... 62 ....................................... 62 ....................................... 62 ....................................... 63 ....................................... 63 007200-1 GENERAL CONDITIONS Pagel of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital Ietters 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. S. Award —Authorization by the City Council for the City to enter into an Agreement. 6. Bid The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day -- A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day --- A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-I GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19, Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time --The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febr=y 2, 2016 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 Revision: Febna[y2, 2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone --A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent Iisted 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 SPECIFICAT{ONDOCUMENTS Revision: Febnoy 2, 2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting -- An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FeLnrzy2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materiahnan, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. .Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnrq 2, 2016 007200-1 GENERAL CONDITIONS Page 8 of63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 -- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract CIaims. 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 emp.Ioyees, 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: 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febm"2,2016 001200-1 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: I . Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febway 2, 2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive fnal 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 Iocated 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 bard 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. 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 casements. 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 Docurents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION sPEciFICATION DOCUMENTS Revision: Febnuly2, 2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: if Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxmy2, 2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb►ua y 2, 2016 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 Revision: Febway 2, 2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 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 Labs and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebmaryZ 2016 0072CO-I GENERAL CONDITIONS Page 16 of63 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 Iimits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxmy 2, 2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per Iocation", 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 forin 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 DOCUMENT'S Revision: Fdhnny2, 2016 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 Revision: FebRiary2, 2016 007200-1 CRNRRAL 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 Revision: Febmary2, 2016 007200- I GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2, for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the Iatest model at the 1 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. 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. 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 Iike, 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. "Or -Equal ".Items: if in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05_A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FdAmy 2, 2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for malting changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feby2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: I. 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 Iles in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC]F]CATION DOCUMENTS Revision: Febnkary2, 2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaiy2,2016 007200-1 GENERA!, 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. 1f the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and. occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. if a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaty 2, 20 t 6 007200-1 GENERAL CONDITIONS Page 27 of63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, SubchapterH, 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 Iieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .01I, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxfon-ns/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntmy2,2016 00 72 00 - I GENERAL CONDITIONS Page 29 of63 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 CIaim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuny2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6,15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxmy 2, 2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to 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 2.47). 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 6.1 S.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmty2, 2016 007200-I GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjmy 2, 20 [ 6 007200-1 GENERAL CONDITIONS Page 33 of63 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: I . observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE,CAUSED. IN WHOLE OR Ili PART, BY ANY ACT. OMSSIHQNL 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FeNumy 2, 2016 007200-1 GENERAL CONDITIONS Page 34 of63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final ,i,. 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 SPFCIFfCAnON DOCUMENTS Revision: Febaay2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 35 of63 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 Revision: Febniary 2, 2016 007200-I GENERAL CONDITIONS Page 36 of63 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: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 .Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febma y2, 20 J 6 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06, 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 -- CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here or his/her successor pursuant to written notification from the Director of < insert managing department here > . 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction. as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnory2, 20I6 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptabilily of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents {except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnmFy 2, 2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or relnedies 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 Claun for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1, deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC]F]CATTON DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0I.B, and shall include but not be limited to the following items: I. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2,2016 007200-1 GENERAL CONDITIONS Fago 42 of63 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. b. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbmary2, 201 b 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: Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01 A, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febamy 2, 2016 00 72 00 -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 ,4llowance: 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. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay2, 2016 00 72 00 - 1 GENERAL. CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is Iess than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 00 72 00 - 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 ] 2 — 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: 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 12.0I.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 Iu1np sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.0I.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 1.1 A 1.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0I .A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORT13 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnwy 2, 2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.013; d, the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. if Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebniW 2, 2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 -- TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-I GENERAL CONDITIONS Page 49 of 63 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. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, Iosses, 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 Iimited 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 bath, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2, 2016 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. CPrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (arid 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 udder this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkvy2,2016 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. Applicationsfor 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy 2, 20 i 6 00 72 00 -1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb► "2, 2016 0072ao-1 GENERAL CONDITIONS Page 54 of63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. if City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2Q 16 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended. use. 2. Within a reasonable time after notification as enumerated in Paragraph I4.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. if City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final. Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-I GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The malting 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, matte payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaary 2, 20 [ 6 Ofl7200-1 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 standby time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe)wary2,2016 007200-1 GENERAL. CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; Or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - I 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. 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 fiom Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of .Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 20I6 007200-I 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. to, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmoiy2,2016 007200-1 GENERAL CONDITIONS Page 61 of63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy 2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other 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. C= OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 63 of63 d I 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry 2, 2016 2 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - I SUPPLEMENTARY CONDITIONS Page I of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement Iimits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.I., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of October 10, 2014: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NT NMER NONE TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City, If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised January 22, 2016 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of October 10, 2014. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the WorIc: None The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4,06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (2) ConsuItant: Kimley-Horn and Associates, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5,04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: S.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. Cot 196 Revised January 22, 2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 I SC-5.04B., "Contractor's Insurance" 2 3 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability insurance 4 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 5 minimum Iimits of: 6 7 $1,000,000 each occurrence 8 $2,000,000 aggregate limit 9 10 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the I 1 General Aggregate Limits apply separately to each job site. 12 13 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 16 SC 5.04C., "Contractor's Insurance" 17 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 18 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 2I defined as autos owned, hired and non -owned. 22 23 $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 24 least: 25 26 $250, 000 Bodily Injuf y per person / 27 $500, 000 Bodily Injury per accident / 28 $100, 000 Property Damage 29 30 SC-5.04D., "Contractor's Insurance" 31 32 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 33 material deliveries to cross railroad properties and tracks 34 None 35 36 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 37 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 38 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of 39 Entry Agreement" with the particular railroad company or companies involved, and to this end the 40 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 41 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 42 to the Contractor's use of private and/or construction access roads crossing said railroad company's 43 properties. 44 45 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 46 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 47 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 48 occupy, or touch railroad property: 49 50 (1) General Aggregate: $Confirm Limits with Railroad 51 52 (2) Each Occurrence: $Confirm Limits with Railroad 53 54 Required for this Contract X Not required for this Contract 55 With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised January 22, 2016 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ,37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. if no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Praject schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: City of Fort Worth 2013 Prevailing Wage Rates for Heavy and Highway Construction Projects SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" 1. The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Parkway Construction 2. Stormwater Discharges from Small Construction Activities 3. Temporary Street Use and Lane Closure SC-6.09B. "City obtained permits and licenses" The following are known permits and/or Iicenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" CITY OF PORT' WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised January 22, 2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of December 12, 20I4: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 5 6 SC-6.248., "Title VI, Civil Rights Act o€1964 as amended" 7 8 During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest 9 (hereinafter referred to as the "Contractor") agrees as follows: 10 I 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 12 nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, 13 "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, 14 (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part 15 of this contract. 16 17 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall 18 not discriminate on the grounds of race, color, or national origin, in the selection and retention of 19 subcontractors, including procurements of materials and leases of equipment. The Contractor shall not 20 participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the 21 Regulations, including employment practices when the contract covers a program set forth in 22 Appendix B of the Regulations. 23 24 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all 25 solicitations either by competitive bidding or negotiation made by the contractor for work to be 26 performed under a subcontract, including procurements of materials or leases of equipment, each 27 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 28 under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or 29 national origin. 30 31 4. Information and Reports: The Contractor shall provide all information and reports required by the 32 Regulations or directives issued pursuant thereto, and shall permit access to its books, records, 33 accounts, other sources of information and its facilities as may be determined by City or the Texas 34 Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders 35 and instructions. Where any information required of a contractor is in the exclusive possession of 36 another who fails or refuses to furnish this information the contractor shall so certify to the City, or the 37 Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to 38 obtain the information. 39 40 S. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 41 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the 42 Texas Department of Transportation may determine to be appropriate, including, but not limited to: 43 44 a. withholding of payments to the Contractor under the Contract until the Contractor 45 complies, and/or 46 b. cancellation, termination or suspension of the Contract, in whole or in part. 47 48 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through 49 (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt 50 by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. C01196 Revised January 22, 20I6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority NIA SC-8.01, "Communications to Contractor" 012500 — Substitution Requirements SC-9A1., "City's Project Manager" The City's Project Manager for this Contract is Tonda Rice or his/her successor pursuant to written notification from the Director of Park and Recreation Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. COI 196 Revised January 22, 2016 DIVISION 01 G tl u SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY 01 11 00-1 SUMMARY OF WORK Page 1 of A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid itern included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page of3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. ff the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as apart of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private Iands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 7 96 Revised December 20, 2012 A 01 11 00-3 SUMMARY OF WORK Page 3 of3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Part: Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised December 20, 2012 012500-I SUBSTITUTION PROCEDURES Page I of4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES k A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS i A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July I, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) ElectricaI or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 I I 012500-3 SUBSTITUTION PROCEDURES Page of4 4. No additional contract time will be given for substitution. S. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building i-nodifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. Co1I96 Revised July 1, 2011 012500-4 SUBSTITUTION PROCEDURES Page of4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned cotltractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Not recommended By Date Remarks Date Rejected Recommended Received late CITY OF FORT WORTH Riverside Community Park Phase I Unprovements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised July 1, 2011 0 SECTION 013119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY 013119-1 PRECONSTRUCTION MEETING Pagel of3 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting I . A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised August 17, 2012 01 31 19-2 PRE CONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised August17,2012 a a 013119-3 PRECONSTRUCTION MEETING Page 3 of3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lag DATE NAME I SUMMARY OF CHANGE CITY OF TORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised August 17, 2012 013120-1 PROJECT MEETINGS Page 1 of3 SECTION 013120 PROJECT MEETINGS t PART1- GENERAL ' 1.1 SUMMARY f A. Section Includes: } 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pro -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor ` CIT'Y OF FORT WORTH Riverside Community Park Phase I Improvements Project +I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 01 31 20 - 2 PROJECT MEETINGS Paget of3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. AdditionaI progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineers representatives e. City's representatives f. Others, as requested by the Project Representative S. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule. and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH Riverside Community Park Phase I improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct. No. COI 196 Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program proj ects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTI3 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. CO] 196 Revised July 1, 2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 0175 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical coneurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of heal payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. FIoat or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Riverside Community Park Phase I Jmprovemencs Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised July 1, 2011 0132 16 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules l . Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBAUTTALS A. Baseline Schedule I . Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process I. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1146 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION jNOT USED] END OF SECTION Revision Log I DATE I NAME I SUNPAARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY 01 32 33 - 1 PRECONSTRUCTION 'VIDEO Page I of2 A. Section Includes: F 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations front this City of Fort Worth Standard Specification i 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 1 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the i vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] i 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Riverside Community Park Phase I ImprovemerAs Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. COI 196 Revised July 1, 2011 013300-1 SUBMITTALS Page 1 of SECTION 0133 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements I1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication fl Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x I I inches to 8 %2 inches x I Iinches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet I) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTIONS SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier G. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data l . For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily Iimited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1I96 Revised December 20, 20 ] 2 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than I hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of S a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with aII other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN` is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than I resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) I . Contractor Request for additional information a. CIarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 01 33 00 - 8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE 'dAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 SECTION 013513 SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of S A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of port Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Pago 2 of 8 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. InsuIator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric dines CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program I. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements I) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 G. Water Department Coordination CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. CO1196 Revised December 20, 2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of g l . During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the Iaw. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. PubIic Notification Prior to Beginning Construction l . Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 0135 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of S b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, ►neet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas I. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. FIagmen K Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the rigllt-of way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. EmpIoyee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Riverside Community Park Phase I improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 I 01 35 13-7 SPECIAL PROJECT PROCEDURES Pagel of8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF PORT WORTH, OUR COMPANY WILL. WORK ON UTILITY LINKS ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENTS AT <TELEPHONE NO? OR Mr. <CITY INSPECTORS AT < TELEPHONE NO> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORT DOE NO. 3Y xxx Pmjm Ilsame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PARTI- GENERAL 11 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents, 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute I hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the fallowing information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or Iack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITEI CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES t A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final, Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. { 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I Week before water for construction is desired CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. CO1196 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page of4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. CoIlect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and beating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 i 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of4 1. Contractor is responsible for maintaining dust control through the duration of the proj ect. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to Weatber. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] .r 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION i 3.7 FIELD [oRJ SITE QUALITY CONTROL [NOT USED] 1 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 Q15526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 --- General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS f A. Traffic Control 1 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13, b. When traffic control plans are not included in the Drawings, prepare traffic i control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Paget of3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Suzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page of Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 00 SECTION 015713 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 3125 00 —Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance b. Work associated with this Item is considered subsidiary to Section 3125 00 and "Erosion Control Measures". No separate payment will be allowed for this Item. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 01 57 13 - 2 STORM' WATER POLLUTION PREVENTION Page 2 of 3 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send I copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS _ NAM- 'r 1. Submit in accordance with Section 01 33 00, except as stated herein. CITY OF FORT WORTH Riverside Community Parr Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 I 0157 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of3 a. Prior to the Preconstruction Meeting, submit a draft copy of S WPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1145 Revised July 1, 2011 S 015813-1 TEMPORARY PROJECT SIGNAGE Page] of3 i SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification f 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS F + 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1I96 Revised July 1, 2011 01 58 13-2 TEMPORARY PROTECT SIGNAGE Paget of3 B. Materials 1. Sign a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Riverside Community Park Phasc I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page of Revision Log DATE NAME SLINPAARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTJON SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 4' 4' v -[:: FORT WORTH &-+;. 62" 14 PAM AND C©MMUNI'TY SEIMCFS 3n Pt Ject Title_ " Funding 1" 4 12A 1. Contractor: -Contractor's Name= - Questions on this Project Call:- (81 7) 392 - XXXX After Hours Call: (317) 392 - XXXX http:/Awm.fortworthgov.org/projects tworthgov.org/projects = Ri" TYP. FONTS. - FORT WORTH b LOGO IN CHELTIHCHAM BOLD ALL ®i HER LE-i r ERING IN ARIAL SOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 728 R BROWN L ERING - PNIS 288 - BLUE BACKOROI.JL° D -WHITE BORDER - BLUE 1 n TYP. NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN %fINYL 6 iCKER OCR Y GAS LEASE REVENUE IN ACTION" 1 LOGO AT CDR SIGN ARID ENGRAVING, 6811 EAST LANC STER AVE (81745146114), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY 01 60 00 - 1 PRODUCT REQUIREMENTS Page I of A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources102 - Construction DocumentslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific i approval by the City. E C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. I. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] j 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 60 00 - 2 PRODUCT REQUIREMENTS Paget oft 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL = 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from ibis City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.S SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements I . Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page of 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 i 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] r PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR I RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way E , unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] i 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. 4 C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1146 Revised July 1, 2011 017000-1 MOBILIZATION AND REMOBILIZATION Pagel of4 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 CIean-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 3I 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 PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBIL1ZATION 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 cast 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 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 2) The work performed and materials furnished for demobilization in 38 accordance with this Item are subsidiary to the various Items bid and no 39 other compensation will be allowed, 40 2. Remobilization for suspension of Work as specifically required in the Contract 41 Documents 42 a. Measurement 43 1) Measurement for this Item shall be per each remobilization performed. 44 b. Payment CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price per each "Specified Remobilization" in accordance with Contract 4 Documents. 5 c. The price shall include: 6 1) Demobilization as described in Section 1.I.A.2.a.1) 7 2) Remobilization as described in Section 1.1.A.2.a.2) 8 d. No payments will be made for standby, idle time, or lost profits associated this 9 Item. 10 3. Remobilization for suspension of Work as required by City 11 a. Measurement and Payment 12 1) This shall be submitted as a Contract Claim in accordance with Article 10 13 of Section 00 72 00. 14 2) No payments will be made for standby, idle time, or lost profits associated 15 with this Item. 16 4. 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 Mobilization" in accordance with Contract 24 Documents. Demobilization shall be considered subsidiary to mobilization 25 and shall not be paid for separately. 26 c. The price shall include: 27 1) Mobilization as described in Section 1.1.A.3.a_ 1) 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 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 32 a. Measurement 33 1) Measurement for this Item shall be for each Mobilization and 34 Demobilization required by the Contract Documents 35 b. Payment 36 I) 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 per each "Work Order Emergency Mobilization" in accordance with 39 Contract Documents. Demobilization shall be considered subsidiary to 40 mobilization and shall not be paid for separately. 41 c. The price shall include 42 1) Mobilization as described in Section I.l.A.4.a) 43 2) Demobilization as described in Section i.l.A.3.a.2) 44 d. No payments will be made for standby, idle time, or lost profits associated this 45 Item. 46 1.3 REFERENCES [NOT USED] 47 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised November 22, 20I6 01 70 00 - 4 MOBILIZATION AND RLMOBIT IZATION Page 4 of4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CBANGE 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. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised November 22, 2016 0 I 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of5 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey to be provided by 7 the Contractor 8 B. Deviations from this City of Fart Worth Standard Specification 9 1. 1.1.A.1 — Surve to be provided by the Contractor. 10 2. 1.2.A. ] .a. I — Item paid by lump sum. 11 3. 1.2.A.1.b.I -- Item paid by lump sum price bid for "Construction Staking' 12 4. 1.2.A.2.a. I Item paid by sum. 13 5. 1.2.A.2.b.1 — Item paid by lump sum price bid for "Construction Survey". 14 6. 1.9.A.3.a — Contractor responsible for preserving and maintainingstaking 15 7. 1.9.B.1 --- Construction Survey_ performed by Contractor. 16 8. 1.9.13.2A — Contractor responsible for replacingdamaged amaged control data. 17 9. 1.9.B.3.b — Contractor responsible for construction surve . 18 10. 19.B.3.d — Contractor shall be responsible for verifying control data. 19 11. 1.9.B.3.d. 1 -5 — Clarified language_for contractor to be responsible for verifying 20 benchmark and control data. 21 C. Related Specification Sections include, but are not necessarily Iimited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division I General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Construction Staking 27 a. Measurement 28 1) Measurement for this item will be lump sum. 29 b. Payment -- 30 I) The work performed and the materials furnished in accordance with this 31 Item will be paid for at the lump sum price bid for "Construction Staking". 32 2, Construction Survey 33 a. Measurement 34 1) Measurement for this item will be lump sum. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item will be paid for at the lump sum price bid for "Construction Staking 38 and Survey." CITY OF FORT WORTH Riverside Community Park Phase T Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page of5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals, if required, shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Certificates 8 1. Provide certificate certifying that elevations and locations of improvements are in 9 conformance or non-conformance with requirements of the Contract Documents. 10 a. Certificate must be sealed by a registered professional land surveyor in the 11 State of Texas. 12 B. field Quality Control Submittals 13 1. Documentation verifying accuracy of field engineering work. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Construction Staking 18 1. Construction staking will be performed by the Contractor. 19 2. Coordination 20 a. It is the Contractor's responsibility to coordinate staking such that construction 21 activities are not delayed or negatively impacted. 22 3. General 23 a. Contractor is responsible for preserving and maintaining staking. 24 b. If in the opinion of the City, a sufficient number of stakes or markings have 25 been lost, destroyed or disturbed, by Contractor's neglect, such that the 26 contracted Work cannot take place, then the Contractor will be required to re- 27 stake the deficient areas. 28 B. Construction Survey 29 1. Construction Survey will be performed by the Contractor. 30 2. Coordination 31 a. Contractor to verify that control data established in the design survey remains 32 intact. 33 b. Coordinate with the City prior to field investigation to determine which 34 horizontal and vertical control data will be required for construction survey. 35 c. 1t is the Contractor's responsibility to coordinate Construction Survey such that 36 construction activities are not delayed or negatively impacted. 37 d. Contractor shall restore or replace all necessary control data damaged during 38 construction operations. 39 1) Contractor shall perform replacements and/or restorations. 40 3. General CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised December 20, 2012 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 a. Construction survey will be performed in order to maintain complete and 2 accurate logs of control and survey work as it progresses for Project Records. 3 b. The Contractor will need to ensure coordination is maintained with the City to 4 perform construction survey to obtain construction features including, but not 5 limited to, the following. 6 1) All Utility Lines 7 a) Rim and flowline elevations and coordinates for each manhole or 8 junction structure 9 2) Water Lines 10 a) Top of pipe elevations and coordinates for waterlines at the following 11 locations: 12 (1) Every 250 linear feet 13 (2) Horizontal and vertical points of inflection, curvature, etc. (All 14 Fittings) 15 (3) Cathodic protection test stations 16 (4) Sampling stations 17 (5) Meter boxes/vaults (AIl sizes) 18 (6) Fire lines 19 (7) Fire hydrants 20 (8) Gate valves 21 (9) Plugs, stubouts, dead-end lines 22 (10) Air Release valves (Manhole rim and vent pipe) 23 (11) Blow off valves (Manhole rim and valve lid) 24 (12) Pressure plane valves 25 (13) Cleaning wyes 26 (14) Casing pipe (each end) 27 b) Storm Sewer 28 (1) Top of pipe elevations and coordinates at the following locations: 29 (a) Every 250 linear feet 30 (b) Horizontal and vertical points of inflection, curvature, etc. 3I c) Sanitary Sewer 32 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 33 the following locations: 34 (a) Every 250 linear feet 35 (b) Horizontal and vertical points of inflection, curvature, etc. 36 (c) Cleanouts 37 c. Construction survey will be performed in order to maintain complete and 38 accurate logs of control and survey work associated with meeting or exceeding 39 the line and grade required by these Specifications. 40 d. The Contractor will need to ensure coordination is maintained to 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. 44 2) Use of Benchmarks to furnish and maintain all reference lines and grades 45 for tunneling. 46 3) Use of lines and grades to establish the location of the pipe. 47 4) Submit to the City copies of field notes, if requested, used to establish all 48 lines and grades and allow the City to check guidance system setup prior to 49 beginning each tunneling drive. 50 5) Provide access for the City, when requested, to verify the guidance system 51 and the line and grade of the carrier pipe on a daily basis. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO 1 196 Revised December 20, 2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 6) The Contractor remains fully responsible for the accuracy of the work and 2 the correction of it, as required. 3 7) Monitor line and grade continuously during construction. 4 8) Record deviation with respect to design line and grade once at each pipe 5 joint and submit daily records to City. 6 9) If the installation does not meet the specified tolerances, immediately notify 7 the City and correct the installation in accordance with the Contract 8 Documents. 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [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 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD loR] SITE QUALITY CONTROL 21 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 22 City in accordance with this Specification. 23 B. Do not change or relocate stakes or control data Without approval from the City. 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 32 END OF SECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised December 20, 2012 414 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of5 Revision Log DATE NAME SiJNEVARY OF CHANGE 1 /05/2015 J. Fielder Removed/replaced words regarding City responsibility to Contractor to responsibility, Price and Payment Procedure section modifications CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 I SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 01 74 23 - 1 CLEANING Page 1 of4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -- General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] { 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 01 74 23 - 2 CLEANING Paget of4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD EoR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 01 74 23 - 3 CLEANING Page3 of4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction I. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): f a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, Iabels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, Ienses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Palish glossy surfaces to a clear shine. } 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. i Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers frorn site. € a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 I SECTION 017719 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 CLOSEOUT REQUIREMENTS Page 1 of3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from. this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forins and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 oF3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Riverside Community Paris Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COL 196 Revised July 1, 2011 I 017719-3 CLOSEOUT REQUIREMENTS Page 3 of3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City 7. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION IRevision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 I A 01 78 23 -1 OPERATION AND MAINTENANCE DATA Pagel of5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS y A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 % inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTF;NANCE DATA Page2 of5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) DeIete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Devised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted Iife of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "troubleshooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Riverside Community Paris Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 01 78 23 .5 OPERATION AND MAINTENANCE DATA Pages of5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 I SECTION 0178 39 PROJECT RECORD DOCUMENTS 01 78 39 -1 PROJECT RECORD DOCUMENTS Pagel of4 PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports y B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I --- GeneraI Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] i 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE 7 A. Accuracy of Records I. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 01 7839 -2 PROJECT RECORD DOCUMENTS Paget of4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR1 OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City I complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 017123, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible penciI), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. S. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b, If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 DIVISION 02 EXISTING CONDITION 024113-1 SELECTIVE SITE DEMOLITION Page 1 of SECTION 02 4113 SELECTIVE SITE DEMOLITION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. Disposal of removed materials 11. Removing trees 12. Removina existing drinking fountain 13. Removal and replacement of chain link fence B. Deviations this from City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 3123 23 — Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1Measurement a. Remove Sidewalk: MeasttFe b�sqcar�f Q+. h— R-eaffieve Steps� measure by the square fbot as seen in the plan view only, e. Remove ADA Ramp. measure by each. d. Remave Driveway! measure by the square foot by type. e. Remeye Feneet ffieasure by thelinear Sot. f n Guardrail.! i the l'. F + a4e +lam _� f t 1 l v.1.V v a' uw i Wi measure V V� a� ..�yµl AV V4 µI1V1A� LAle AWVe Vl LllV tall Ill p1aV V el,,,li,,.. ineta beam gar- f nee +r.,.. sitiaiis and single guard rail terminal ♦aiviuuiiib 111aiLui vVauii �uul u. l...iiy4 Ll µi{JA 4A VAIJ µAA seetions from the eenter- of end posts. g. Remove Retaining Wall (less than 4 fi3et talo! fneasUf e by Oh-te 1-in-0--af -&Oat h. Remove Mailbox: aieasuie by eaeh. i. Remove Rip Rap! FaeasfiFe by the square feet-. j. Remove Miseella-aeaus Concrete Structure: measuf e by the lump sum. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 0241 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of S Remove Sidewalk! full fef hauling, a. disposal,tools, eompensation ; .,.,t 1. bo saw etA4in& ..i.l..,,ita4s Femoval, t., „+e , .,«l. Sidewalk .,djaee t to f and ., .,tt..shed to iiee ed ing,,,.,ll fi.uel,,.di,,.Y a &e4ing) fetal be For si.de,,,.,lkth4 this acts as a wall Item be sha4l paid as sidew-alk to removal. the trench utility projects, sWl :11 be b, Remove -All-AM Coo Gensid-ter-ted o,d • full „ subsidiary ienfa and no „W other Lamb.,. comperisatio disposal, a saw Fefneva4, ntc equipment, this item - be w �o , to the t« .,1, r .,tl,., proj � shall e subs..di ti�izzzczruntiriivvciici and WIN N-00,11, . . . . . . . . . .. . . . . . . . • 3. Measurement and payment for all removal items shall be lump sum. Removal of all items, as shown on the plans will be subsidiary to this work. CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 0241 13-3 SELECTIVE SITE DEMOLITION Page 3 of 4. Measurement for removal and replacement of chain link fence shall be per linear foot. T 1.3 REFERENCES A. Definitions 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 3123 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] j 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. Sce 3A.K. C. Remove ADA Ramp CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 0241 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. D. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. E. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. Sce 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A H. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. I. Remove Rip Rap 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. Remove Miscellaneous Concrete Structure CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 I I 0241 13 - 5 SELECTIVE SITE DEMOLITION Page of5 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. K. Sawcut 1. Sawing Equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DAZE NAME SUIVEVIARY OF CHANGE CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 I 024114-1 UTILITY REMOVAL/ABANDONMENT 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 11 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised December 20, 2012 1 2 3 4 5 6, 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: I) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backflll 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 024114-3 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 backfi11 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 fine 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of I6 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this ltcm shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include. 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 0241 14-5 UTILITY REMOVAL/ABANDONMENT 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 S. 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 I) 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 46 47 48 49 0241 14 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) DeIivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0241 14-7 UTILITY REMOVALIABANDONMENT Page 7 of 16 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) CIean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for tivs Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment CITY OF FORT wOWI` 1 Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - S UTILITY REMOVAL/ABANDONMENT Page 8 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm. Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: I ) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised December 20.2012 0241 14-9 UTILITYY 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: 11 1) 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 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 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 backfill 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 11 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 HeadwalUSET 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 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] 15 1.10 DELIVERY, STORAGE, AND DANDLING 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 [oR] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Riverside Community Park Phase I Improvements Project City Project No. CO1I96 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0241 14-12 UTILITY REMOVALIABANDONMENT Page 12 of 16 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 It 1.3 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25, 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10, b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI196 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 £ 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0241 14-14 UTILITY REMOVAL/ABANDONMENT Page 14 of 16 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backflI in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 40. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2, Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. C01196 Revised December 20, 2012 0241 14 - 15 UTILITY REMOVAL/ABANDONMENT 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 Iines 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 Iine 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[OR] 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. C01196 Revised December 20, 20I2 0241 14 -16 UTILITY REMOVALIABANDON MENT Page 16 of 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/12 D. Johnson 1.2.C.3.c. — lnclude Frame and Cover in Payment description Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised December 20, 2012 I 0241 15-I PAVING REMOVAL Page 1 of6 i SECTION 02 4115 2 PAVING REMOVAL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes.- 6 1. Removing concrete paving, asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 7. Removing tennis courts 13 8. Milling parking lot paving 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 18 2. Division 1 - General Requirements 19 3. ee+'•"-rror 32 1133 GemepA TT-eated Base Coufses 20 4. Section 3123 23 -Borrow 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 25 ems. 26 27 gi*14ers. 28 e. Remove emu,_ e n � � by thesquare-feTcT-. 29 ,t Remove C l-, _Rn,a Gutter: by the lie,- f o et--C,,, ffleaSUr-e Ot 30 31 . 32 . 33 w n„++ Milling.! f f ed by the line f feet, 34 i. Pave ,,enf n.,t.,e -iz f en: measuf a by tke .quaf e , a 35 3• Remove oye Speed C-ushion- ffi e bye eh 36 2. Payment 37 hauling, , removed, 3$ disposal, tools, equipment, 39 utility pfajee4s, this item shO be eeiisideFed subsidiafy !a the tFeReh and no 40 athef eempensation will be allowed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised February 2, 2016 0241 15 - 2 PAVING REMOVAL Paget of6 1 li. Rel:neeve AsphPA P ' full esompensation f st'lw-eu#ia& Fe al,hauling,- 2 dispesal, tools, eEi ipxment,, 1-ah-e1' Eident-als needed to &iOC- tei•,E)Fk. FvF 3 utility pfejeets, 4 .,the..., Betio will he a4lo,, e.l S > 6 , 7 , s . 9 d. Remove Eerlc-f-ete Witter l eempensatiesaw euttiIg, fe 10 h.,,,lin disposal, Wols equipmepA, 1. bo f and : eide t.,ls needed to execute 11 wofk. Fo f „+;lity pfoj .,eta this it.,,v, shall be eansidef subsi liafy to the +,..,ne 12 . 13 , 14 , labor and ineidepAa4s needed to exeet4e 15 we1.4E, 16 , ha-uling milled material to 17 , equipment and iaeidei-Aa4s neeessary 18 to exeetAe the work. 19 , 20 salvage steekpile of disposal, tools, labef, 21 to „+ the , ofk 22 h. Butt Millingt fu4i eeoTeBsatien feF a4i milling, hauling milled mateFial to 23 , 24 t execute the work. 25 , 26 , 27 m4eriaj, , f ae�ion, hatfl ? sweep, "d dispose of 29 j. Removespeedeush;eii2 full eempenee6on f f femoval, h.,,,lhig .1ispE)Sa 30 to als, equipm ent, lab eF, 31 , this item shall be eensidered subsidiar-y to the treneh and no other- 32 compensation will urill he allowo 33 L No payment for saw cutting of pavement or curbs and guffers will be mad 34 under this section. include cost of such work in unit prices for iterns listed in bi—d 35 36 1. No payment will be made for work outside maximum payment limits indicated 37 on plans, or for pavements or structures removed for CONTRACTOR's 38 convenience. 39 3. Measurement and payment for all removal items shall be per square foot. Removal 40 of all paving;, as shown on the plans will be subsidiary to this work. 41 1.3 REFERENCES 42 A, ASTM International (ASTM): 43 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 44 Soil Using Standard Effort (12 400 ft-lbf/$3 (600 kN-m/m3)) 45 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 46 1.5 SUBMITTALS [NOT USED] 47 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised February 2, 2016 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 [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT [NOT USED] 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 024115-3 PAVING REMOVAL Page3 of6 PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power -driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original Sawcut in square or rectangular fashion. 4. If a Sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised February 2, 2016 0241 15-4 PAVING REMOVAL Page 4 of 6 1 S. if a pavement edge of a cut is damaged subsequent to saw cutting, saw to anew, 2 neat, straight line for the purpose of removing the damaged area. 3 C. Remove Concrete Paving and Concrete Valley Gutter 4 1. Sawcut: See 3.4.13. 5 2. Remove concrete to the nearest expansion joint or vertical saw cut. 6 D. Remove Concrete Curb and Gutter 7 1. Sawcut: See 3.4.13. 8 2. Minimum limits of removal: 30 inches in length. 9 E. Remove Asphalt Paving 10 1. Sawcut: See 3A.B. 11 2. Remove pavement without disturbing the base material. 12 3. When shown on the plans or as directed, stockpile materials designated as 13 salvageable at designated sites. 14 4. Prepare stockpile area by removing vegetation and trash and by providing for 15 proper drainage. 16 F. Milling 17 1. General 18 a. Mill surfaces to the depth shown in the plans or as directed. 19 b. Do not damage or disfigure adjacent work or existing surface improvements. 20 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 21 surface to make rough. 22 d. Provide safe temporary transition where vehicles or pedestrians must pass over 23 the milled edges. 24 e. Remove excess material and clean milled surfaces. 25 f. Stockpiling of planed material will not be permitted within the right of way 26 unless approved by the City. 27 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 28 existing brick base. See 3.3.6. for brick paving removal. 29 2. Milling Equipment 30 a. Power operated milling machine capable of removing, in one pass or two 31 passes, the necessary pavement thickness in a five-foot minimum width. 32 b. Self-propelled with sufficient power, traction and stability to maintain accurate 33 depth of cut and slope. 34 c. Equipped with an integral loading and reclaiming means to immediately 35 remove material cut from the surface of the roadway and discharge the cuttings 36 into a truck, all in one operation. 37 d. Equipped with means to control dust created by the cutting action. 38 e. Equipped with a manual system providing for uniformly varying the depth of 39 cut while the machine is in motion making it possible to cut flush to all inlets, 40 manholes, or other obstructions within the paved area.. 41 £ Variable Speed in order to leave the specified grid pattern. 42 g. Equipped to minimize air pollution. 43 3. Wedge Milling and Surface Milling CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised February 2, 2016 024115-5 PAVING REMOVAL Page 5 of6 1 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 2 at a depth of 2 inches and transitioning to match the existing pavement (0-inch 3 cut) at a minimum width of 5 feet. 4 b. Surface Mill existing asphalt pavement to the depth specified, 5 c. Provide a milled surface that provides a uniform surface free from gouges, 6 ridges, oil film, and other imperfections of workmanship with a uniform 7 textured appearance. 8 d. In aII situations where the existing H.M.A.C. surface contacts the curb face, the 9 wedge milling includes the removal of the existing asphalt covering the gutter 10 up to and along the face of curb. 11 e. Perform wedge or surface milling operation in a continuous manner along both 12 sides of the street or as directed. 13 4. Butt Joint Milling 14 a. Mill butt joints into the existing surface, in association with the wedge milling 15 operation. 16 b. Butt joint will provide a full width transition section and a constant depth at the 17 point where the new overlay is terminated. 18 c. Typical locations for butt joints are at all beginning and ending points of streets 19 where paving material is removed. Prior to the milling of the butt joints, consult 20 with the City for proper location and limits of these joints. 21 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 22 valley gutters, bridge decks and culverts and all other items which transverse the 23 street and end the continuity of the asphalt surface. 24 e. Make each butt joint 20 feet long and milled out across the full width of the 25 street section to a tapered depth of 2 inch. 26 £ Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 27 line adjacent to the beginning and ending points or intermediate transverse 28 items. 29 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 30 over the bump. 31 G. Remove Brick Paving 32 1. Remove masonry paving units to the limits specified in the plans or as directed by 33 the City. 34 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile 35 yard at 3300 Yuma Street or as directed. 36 H. Pavement Pulverization 37 1. Pulverization 38 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. 39 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 40 base 2 inches. 41 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 42 2. Cement Application 43 a. Use 3.5% Portland cement. 44 b. See Section 32 1133. 45 3. Mixing: see Section 32 1133. 46 4. Compaction: see Section 32 1133. 47 5. Finishing: see Section 32 11 33. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised February 2, 2016 024115-6 PAVING REMOVAL Page 6 of 6 1 6. Curing: see Section 32 11 33. 2 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 3 stone/gravel: 4 a. Undercut not required 5 b. Pulverize 10 inches deep. 6 c. Remove 2-inch the total pulverized amount. 7 I. Remove speed cushion 8 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 9 pavement. 10 3.5 REPAIR [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 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 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D..Iohnson 1.2.A —modified payment requirements on utility projects 2/W2016 F. Griffin 1.2.A.2.b. —Removed duplicate last sentence. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised February 2, 2016 DIVISION 03 0 I 033000-I CAST -IN -PLACE CONCRETE Page I of 25 1 SECTION 03 30 00 CAST -IN -PLACE CONCRETE PART I - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs -on -grade d. Foundation walls e. Retaining walls (non TxDOT) f. Suspended slabs g. BIocking h. Cast -in -place manholes i. Concrete vaults for meters and valves j. Concrete encasement of utility Iines B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Cast -in -Place Concrete 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) FIy ash 3) Other pozzolans 4) Ground granulated blast -furnace slag CITY OF FORT WORTFI CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Riverside Community Park Phase I Improvements Project City Project, No. COI 196 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page t oF25 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. in. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised December 20, 2012 03 30 00 - 3 CAST -IN -PLACE CONCRETE Page3 of25 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. x. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. El ISS, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers, 6. American Welding Society (AWS). a. D1.1, Structural Welding Code -Steel. b. DI A, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blackouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT wORTII Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, COI 196 Revised December 20, 2012 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of25 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Required for each type of product indicated B. Design Mixtures I. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready -mixed concrete products and that com- plies with ASTM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from I source and obtain admixtures through 1 source from a single manufacturer. C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Docu- ments: a. ACI 301 Sections 1 through 5 b. ACI 117 ir- D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY Of FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 033000-5 CAST -IN -PLACE CONCRETE Page 5 of25 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. B. Waterstops 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials i. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and I side for tight ht. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/-inch x Y4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Riverside Community Park Phase I Improvements Project City Project. No. C01196 03 30 00 _6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than I inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSFs "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and PIates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO) 196 Revised December 20, 2012 033000-7 CAST -IN -PLACE CONCRETE Page 7 of25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT BY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. in vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type T/11, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, CIass C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised December 20, 2012 033000-8 CAST -IN -PLACE CONCRETE Page 8 of25 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B c. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) Chen -Masters; Safe -Cure Clear CITY OF FORT WORTH Riverside Community Parr Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 033000-9 CAST -IN -PLACE CONCRETE Page of25 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufinan Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem CIear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1, Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non -load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 25 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C 109 O. Concrete Mixtures, General Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACT 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 o1`25 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined FIy Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 30 00 - 12 CAST -IN -PLACE CONCRETE Page 12 oC25 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project -Site Mixing Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than I cubic yard, increase mixing time by 15 seconds for each additional I cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. C01€96 Revised December 20, 2012 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 25 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 5 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members -I inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) EIevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 112 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus I inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. CIass B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 25 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglcts, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. b. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of bealrls, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): '/z inch 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 4) Angle off vertical: 5 degrees 5) Bolt projection: f 3/8 inch b. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1 -way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Rehhore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 25 Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder before placing concrete. Repair damage and reseal vapor retarder 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: +3/8 inch 2) Members more than 8 inches deep: ±1/2 inch b. Concrete Cover to Formed or Finished Surfaces: 71-3/8 inches for members 8 inches deep or less; t1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. S. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 033000-17 CAST -IN -PLACE CONCRETE Page 17 of25 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints L General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to forma continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in Waterstops according to manufacturer's written instructions. 2. Self -Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project_ No. COI 196 Revised December 20, 2012 03 30 00 - 18 CAST-IN-PLACP CONCRETE Page 18 of25 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACT 301, a. Do not add water to concrete alter adding high -range water -reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction j oints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or iremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 25 b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgradc containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items I. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at rniddepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fall. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water -fog spray 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR A. Concrete Surface Repairs 1. Defective Concrete. Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No. 15 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discoloration that cannot be removed by cleaning. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 25 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. CIean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spaIIs, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out Iow areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes I inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing and fnspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing S. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms from beams and slabs C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for each additional 50 cubic yard or fraction thereof. 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not Iess than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder for testing at 56 days as needed. 7. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete match in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACT 301, Chapter 17, Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. 11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of + 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E1155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1) Minimum Local Value. The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any I test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab -on -Grade Construction: + 3/4 inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: + 3/4 inch 3) Top surfaces of all other slabs: f 3/4 inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to Y4 inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Defective Work l . Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning CITY OF FORT WORTH Riverside Community Park Phase 1 improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 1 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME I SUNEVARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Pagel of4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of port Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: t 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 3, Section 03 30 00 Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic-C ement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C 1064, Standard Test Method for Temperature of Freshly Mixed HydrauIic- Cement Concrete. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project I CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 ! Revised December 20, 2012 0334 16 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Paget of 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type 1T low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Riverside Community Park Phase I Improvements Project City Project. No. C01196 033416-3 CONCRETE BASE MATERIAL FOR TRENCFI REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and I test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1146 Revised December 20, 2012 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page of4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES PARTI- GENERAL 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls c. Wing and head walls f. Culverts 2. This section does not include modifications to Reinforced Concrete Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement ' a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards L Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): ia. A615, Deformed and PIain Billet -Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards, the revision in effect at the time of bid opening applies. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturer's Product Data on all product brands proposed for use to the Engineer for review. 2. Include the manufacturer's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. When removing materials or portions of existing structures and when making openings in existing structures, take precautions and all erect all necessary barriers, shoring and bracing, and other protective devices to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers CITY OF FORT WORTI3 Riverside Community Parr Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page of7 In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that maybe incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers I) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D63 8) I) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH Riverside Community Parts Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI I96 Revised December 20, 2012 038000-4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications. a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mad LV b) BASF - Concresive 1438 2) All Other Applications a) Sika Corporation., Lyndhurst, New Jersey- Sikadur Hi -mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement - based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF -- Emaco Nanocrete R3 G. Pipe Penetration Sealants 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey SikaSwell S-2 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAAHNATION [NOT USED] 3.3 PREPARATION A. General 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. CITY OF FORT WORTH Riverside Community Park Phase 1 improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 2. Store, mix, and apply all commercial products specified in this Section it) strict compliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion joint or control joint to preserve the isolation between components on either side of the joint. 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if rebar is encountered and relocate the hole to avoid rebar as approved by the Engineer. Do not cut rebar without prior approval by the Engineer. B. Concrete Removal 1. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation I. Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. 4. CIean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with I -inch minimum cover all around. CITY OF FORT WORTIi Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 03 80 00 - 6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a I/I6-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the field preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 3.4 INSTALLATION [NOT USED] 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No, COI 196 Revised December 20, 2012 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 DIVISION 11 EQUIPMENT 116612 SITE UNDERDRAINS Page 1 of 2 I SECTION 1166 12 2 SITE UNDERDRAINS 3 4 PART I - GENERAL 5 6 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, 7 and services required to construct underdrains to the required lines, grades, and 8 cross sections as specified herein and on the plans. 9 10 1.02 RELATED WORK SPECIFIED ELSEWHERE: 11 12 A. Section 31 22 00 - Earthwork. I3 14 B. Section 32 13 13 - Cast -in -Place Concrete 15 16 PART 2 - PRODUCTS 17 18 2.01 LNDERDRAIN PIPE: Pipe and fittings shall be flexible, corrugated tubing 19 manufactured of high -density polyethylene resins and conforming to ASTM 20 Product Specifications F-405 and F-667. Drainage tubing shall be as 21 manufactured by Advanced Drainage Systems (ADS), Inc., of Columbus, Ohio. 22 The local manufacturing plant which will provide a list of suppliers is in Ennis, 23 Texas - telephone (972) 878-9600. 24 25 A. Perforated Pipe: Perforations shall be Iinear slots cut radially into the 26 tubing wall between corrugations. Perforated pipe will be furnished 27 complete with the Cerex nylon "Drain Guard" screen. The screen will 28 completely surround the pipe and will have a lapped, welded longitudinal 29 joint. 30 31 B. Non -Perforated Pipe: Non -perforated pipe shall be used for collector lines 32 which convey the water from perforated pipe to the concrete inlet or 33 outfall. 34 35 C. Fittings: All couplings, reducers, tees, ells, plugs, caps, and other fittings 36 shall be non -perforated and shall be of the same manufacturer as the 37 drainage tubing. A fitting shall be used at each pipe junction/termination, 38 as appropriate. 39 40 2.02 FILTER MATERIAL: Filter material for use in backfilling trenches over and 41 around underdrains shall consist of I 1/2" to 2" gravel washed free of organic or 42 other deleterious matter. 43 44 2.03 FILTER FABRIC: Filter fabric to line and lap over gravel filled subdrain trench 45 shalI be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, 46 (800) 223-9811, or approved equal. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 1 2 3 4 5 6 7 8 9 to 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 11 66 12 SITE UNDERDRAINS Page 2 of 2 PART 3 - EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS: A. The Contractor shall establish or shall employ a licensed surveyor to establish all Iines and grades necessary for each stage of the work described herein. B. Provide blue tops for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench. 3.02 UNDERDRAINS: Trenches for underdrains shall be dug after the subgrade is prepared. The excavation of each trench shall begin at its outlet and proceed toward its upper end. The trench must not be excavated below the proposed grade line. Trenches will be cleaned of all loose material and their bottoms will be dressed and fine graded to blue tops set as previously described. Trenches shall be lined with filter fabric and underdrain pipe shall be set on the trench bottom. All fittings shall be securely coupled and all open ends will be capped. The pipe shall be carefully covered with the gravel filter material and the filter fabric shall be lapped over the trench. Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain pipe shall be connected to solid pipe joints and to outfall at the concrete structure/collar as indicated in the plans. Care shall be taken not to Ioosen or cave-in the trench walls. Any such damage will be excavated and will be backfiIled in mechanically tamped lifts not to exceed eight inches and will be re- constructed. 3.03 SETTLEMENT: After the trench has been backfilled it shall be thoroughly soaked. This process shall be repeated two times allowing the backfill material to dry twenty-four hours before wetting again. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO 1196 1 2 3 PART I GENERAL 4 1.1 RELATED DOCUMENTS SECTION 11 6713 SITE FURNISHINGS 11 6713 SITE FURNISHINGS Page 1 of 5 5 A. Provisions established within the General and Supplementary General Conditions of 6 the Contract, Division 1 - General Requirements, and the Drawings are collectively 7 applicable to this Section. 8 1.2 SCOPE 9 A. Work included: the work includes, but is not necessarily limited to: 10 1. Furnish and install exterior picnic tables. 11 2. Warranty and replacements I2 3. Provide touch-up paint 13 1.3 REFERENCES 14 15 16 17 18 3 19 20 21 22 23 } 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Requirements of Regulatory Agencies: I. Perform work in accordance with all applicable laws, codes and regulations required. B. American Association of State Highway and Transportation Officials (AASHTO): 1. AASHTO LTS-4 - Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals C. ASTM International (Formerly known as American Society for Testing and Materials): 1. ASTM A 123 - Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products 2. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength 3. ASTM A507 - Standard Specification for Drawing Alloy Steel, Sheet and Strip, Hot - Rolled and Cold -Rolled 4. ASTM 1326/1326M - Standard Specification for Aluminum -Alloy Sand Castings 5. ASTM B85 - Standard Specification for Aluminum -Alloy Die Castings 6. ASTM B 137 - Standard Test Method for Measurement of Coating Mass per Unit Area on Anodically Coated Aluminum 7. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate 8. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes 9. ASTM D635 - Standard Test Method for Rate of Burning and/or Extent and Tirne of Burning of Plastics in a Horizontal Position 10. ASTM D1056 - Standard Specification for Flexible Cellular Materials - Sponge or Expanded Rubber CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 1167 13 SITE FURNISHINGS Page 2 of 5 1 11. ASTM D1400 - Standard Test Method for Nondestructive Measurement of Dry 2 Film 3 Thickness of Nonconductive Coatings Applied to a Nonferrous Metal Base 4 12. ASTM D2240 - Standard Test Method for Rubber Property - Durometer 5 Hardness 6 D. National Fire Protection Association (NFPA): NFPA 70 - National Electrical Code 7 (NEC) 8 E. The Society for Protective Coatings (Formerly known as Steel Structures Painting 9 Council) (SSPC): SSPC-SP 10 - Near -White Blast Cleaning 10 F. Underwriters Laboratories, Inc. (UL): 11 1. UL 496 - UL Standard for Safety Edison -Base Lampholders 12 2. UL 508 - UL Standard for Safety Industrial Control Equipment 13 3. UL 542 - UL Standard for Safety Lampholders, Starters, and Starter Holders for 14 Fluorescent Lamps 15 4. UL 935 - UL Standard for Safety Fluorescent -.Lamp Ballasts 16 5. UL 1029 - UL Standard for Safety High -Intensity -Discharge Lamp Ballasts 17 6. UL 1598 - UL Standard for Safety Luminaires 18 1.3 QUALITY ASSURANCE 19 A. Installer qualifications: minimum of 5 years of experience in installation of site 20 furnishings and playground equipment. Provide documentation of specific project 21 experience and references as required by Owner. 22 1.4 SUBMITTALS 23 A. Submit manufacturer's product data and warranty for each type of furniture or material 24 specified, including finish and color indicated including light pole and fixture. Submit 25 cut sheets for ADA signage. 26 B. 27 28 C. 29 D. 30 31 32 E. 33 34 1.5 35 A. Submit footing detail as recommended by the manufacturer for each type of site furniture including pavilion. Submit manufacturer's installation instructions. Samples: 1. Submit two samples 2x2 inch in size illustrating finish material and color for substitutions. Submittals to be submitted to Landscape Architect for review and approval no less than 60 days prior to installation. DELIVERY, STORAGE, AND HANDLING Remove designated existing benches and picnic tables. 36 B. Furnish all matcrials in manufacturer's unopened, original containers, bearing original 37 labels showing quantity, description and name of manufacturer. 38 C. Deliver and unload at the site on pallets and bound in such a manner that no damage 39 occurs to the product. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 1167 13 SITE FURNISHINGS Page 3 of 5 1 D. Store products in a manner which will preclude all damages. Damaged materials will 2 be rejected. Remove all damaged materials from the job site immediately, and replace 3 at no cost to the Owner. 4 E. Furnish suitable equipment and locate all site furnishing materials carefully and 5 efficiently. Lift materials using lifting inserts provided by the manufacturer where 6 applicable. 7 F. Protect site furniture and accessories from damage until final acceptance. Owner 8 reserves right to reject site furniture damaged prior to and during and after installation. 7 6T.1114IDA 9:Zn-Rorf11 i6 10 2.1 MANUFACTURERS OF EQUIPMENT, SITE FURNITURE AND ACCESSORIES 11 A. Acceptable Manufacturers are listed on the drawings. 12 B. All playground equipment is pre -approved equipment. All remaining components 13 structures are subject for substitution. 14 C. Substitutions: Under provisions of General and Special Conditions and Drawings. 15 Substitutions must be of equal quality of material and finish specified. All substitutions 16 must be approved by Park and Recreation Department and Landscape Architect prior to 17 bid submittal with explanation of variances to specified items. 18 D. General Requirements for Mounting Poles for signs: 19 1. Mounting poles: Steel, straight, round, and as shown. Complete assembly of 20 anchor bolts, pole, arms, and luminaire designed to withstand wind pressure (P) 21 developed by wind speed (V) of 80 MPH, in accordance with AASHTO LTS-4. 22 Pole assembly to be designed in accordance with AASHTO requirements for 23 permissible stresses, deflection, vibration, and fatigue. Ratio of deflection to pole 24 height under action of applicable static loading not to exceed 1/60. 25 2.2 CONCRETE 26 A. ASTM C94 ready mixed concrete, minimum 28 day compressive strength of 3,000 psi, 27 air -entrained 2% to 45. 28 29 B. Grout: Section 03305, "Portland Cement Concrete", nonshrinlc. Where recommended by 30 manufacturer. Prime surfaces to be grouted 31 2.3 FINISHES 32 A. Specified on drawings. 33 PART 3 EXECUTION 34 3.1 INSPECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 I A. 2 3 B. 4 3.2 5 A. 6 B. 7 8 C. 9 10 11 D. 12 13 14 15 16 3.4 17 A. 18 19 B. 20 C. 21 D. 22 E. 23 24 F. 25 26 3.5 27 A. 28 3.6 1167 13 SITE FURNISHINGS Page 4 of 5 Examine final grades and installation conditions. Do not proceed with work until unsatisfactory conditions are corrected. Beginning of installation means acceptance of existing conditions. PREPARATION Remove foreign substances from surfaces to receive metal items. Locate and layout all site furniture and site accessories. Obtain Owner's Representative's acceptance of layout prior to installation. Coordinate setting drawings, diagrams, templates, instructions and directions for the installation of items having integral anchors which are to be embedded in concrete construction. Coordinate delivery of such items with concrete work. Restore protective covering that have been damaged in shipment or in the installation of the item. Remove protective covering from surfaces only when there is no possibility of damage from work yet to be performed after installation. Retain covering on all similarly finished items and remove only when all are in place to preclude non- uniform oxidation and discoloration. INSTALLATION OF SITE FURNISHINGS Install where and as shown on plans and details. Install per Manufacturer's directions. Install all pieces level and plumb. Provide and install vandal -proof anchors into pavement to secure the site furnishings. Paint exposed installation hardware to match furnishing color. Shim and level furnishings as required at approved locations. Guard against staining or damaging of existing pavements and plantings where site furnishings are to be installed. Provide Owner with manufacturer's touch-up paint (1 pint minimum) for each painted furnishing. Supply literature necessary for ordering touch-up paint at a later date. TOLERANCES Maximum Variation From Plumb: 1/32 inch per foot. CLEANING 29 A. Perform cleaning during installation of the work and upon completion of the work. 30 Maintain clean surfaces until final acceptance. Remove from site all debris and 31 equipment. Repair all damage resulting from play fields and equipment installation. 32 3.7 CLEANING/TOUCH-UP CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 1 2 3 4 5 6 7 8 9 10 11 12 13 I 11 67 13 SITE FURNISHINGS Page 5 of 5 A. As Work proceeds, promptly remove concrete where spilled, splashed, or spattered onto site furniture. B. During progress of Work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. C. Perform cleaning during installation of the work and upon completion of the work. Maintain clean surfaces until fnaI acceptance. Remove from site all debris and equipment. Repair all damage resulting from furniture and equipment installation. Replace damaged furniture as requested by the Owner's Representative. END OF SECTION Revision Log DATE NAME SUMTVIARY OF CHANGE [2010 JAN 06] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 1168 14- l PLAYGROUND EQUIPMENT Page 1 of 4 1 SECTION 1168 14 2 PLAYGROUND EQUIPMENT 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Composite Playground Structure 7 2. Rope Climber 8 3. Spring Rider 9 4. Swing Structure 10 B. Related Specification Sections include but are not necessarily limited to 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. U 2. Division 1 - General Requirements. 14 3. Section 1168 13 - Site Furnishings 15 4. Section If 68 16 - Wood Fiber PIayground Surfacing 16 5. Section 32 I3 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 REFERENCES 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1 196 11 68 I4- 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 shaII be in accordance with Section 0133 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, _si rgnage 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 19 QUALITY ASSURANCE 34 A. Qualifications 35 1. Manufacturers 36 2. Suppliers 37 3. Fabricators 38 4. Installers / Applicators I Erectors CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. C01196 1168 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 11 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 l6 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 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. C01196 1168 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 required to remove and reinstall any mow 34 strips / hardsca e at own ex ense and at no additional contract time if fall zone I 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 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 061 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 I i 116915 WOOD FIBER PLAYGROUND SURFACING Page 1 of 6 1 2 3 SECTION 1169 IS 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 I - 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 C. 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. 1PEMA - International Play Equipment Manufacturers Association 41 3. TAS --- Texas Accessibility Standard 42 4. TDLR — Texas Department of Licensing and Regulation CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Cib, Project No. COI 196 1 2 3 4 5 1.4 6 1.5 7 8 9 10 1.6 11 12 13 14 15 16 17 18 19 20 21 22 23 1.7 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 1.8 1.9 1169 15 WOOD FIBER PLAYGROUND SURFACING Page 2 of 6 B. Reference Standards 1. ASTM Designation F1487 (Standard Consumer Safety Performance Specification 2. ASTM Designation F 1487 (Standard Consumer Safety Performance Specification for Playground Equipment for Public Use) ADMINISTRATIVE REQUIREMENTS [NOT USED] SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 B. Submittals must be received and approved by the Project Manager prior to ordering equipment. ACTION SUBMITTALSANEORMATIONAL SUBMITTALS A. The Contractor shall be required to submit a Safety Plan indicating the use of temporary construction fencing, signage and barriers necessary to prevent park users from utilizing unfinished equipment for Owner approval at the Pre- Construction meeting. B. Submit manufacturers' documentation of product compliance with CPS and ASTM F1487 Standards including: 1. All paints and other similar finishes must meet the current CPSC regulation for lead in paint (0.06 percent maximum lead by dry weight). 2. Regardless of the material or the treatment process, the manufacturer shall ensure that the users of the playground equipment cannot ingest, inhale, or absorb any potentially hazardous amounts of substances through body surfaces as a result of contact with the equipment. CLOSEOUT SUBMITTALS A. Submittals Prior to Project Acceptance — Contractor shall submit all manufacturers' literature to the Project Manager prior to acceptance of the project. This shall include: 1. Operation and Maintenance Manuals 2. Warranty/Guarantee Documentation MAINTENANCE MATERIAL SUBMITTALS A. Spare Parts B. Extra Stock Materials C. Tools QUALITY ASSURANCE A. Qualifications I. Manufacturers 2. Suppliers 3, Fabricators 4. Installers / Applicators / Erectors 5. Testing Agencies CrTY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 I 1 2 3 4 5 6 1.10 7 F, 9 10 11 12 13 14 1.11 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1169 IS WOOD FIBER PLAYGROUND SURFACING Page 3 of 6 6. Licensed Professionals B. Certifications C. Preconstruction Testing D. Field [Site] Samples E. Mock-ups DELIVERY, STORAGE, AND HANDLING A. Protect from inclement weather: wet, damp, extreme heat or cold. B. Store in a manner to prevent warpage, bowing or damage. C. The Contractor will not be allowed to deliver on site and install any playground equipment until grading, mow strip, subsurface drainage and all other hardscape items have been installed and approved by the Project Manager. The Contractor will be required to remove any equipment from the site at own expense and at no additional contract time if found to be in non-compliance to this specification note. WARRANTY A. Per manufacture specifications. PART 2 — PRODUCTS 2.1 MATERIALS A. ENGINEERED WOOD FIBER SURFACING 1. Surfacing material shall consist of: a. Hardwood tree stock in which 80% of material is 1 "-11 /2" in length X 1 /4" to 3/8" diameter maximum size. A delivery ticket from the mill of origin will be required to verify that material is 100% hardwood stock. b. The contractor shall be required to submit samples for approval. However, approval shall in no way mean acceptance of material delivered to the site in the event the Project Manager finds that the delivered material does not meet specifications. In the event that the material delivered to the project sites is found to be unacceptable, the Contractor shall be required to remove such material off the site and provide acceptable material. c. Softwood fibers, standard wood chips, bark mulch, recycled wood from pallets or waste wood, shredded or otherwise, twigs, bark, leaf debris or other organic material incorporated within will not be accepted. 2. All material shall be compacted to the depth indicated on plans. B. DRAINAGE FABRIC 1. Product used shall be FibarFelt, DuraLiner, or aproved equal polyester nonwoven engineering geotextile fabric. 2. Bidder will provide enough material to allow for 12" overlap on all seams. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 11 6915 WOOD FIBER PLAYGROUND SURFACING Page 4 of 6 C. DRAINAGE MATRIX 1. 4" diameter ADS perforated pipe with sock installed within the subgrade gravel trench as indicated on plans. D. WEAR MATS 1. Product used shall be per playground equipment manufacturer's recommendation and meet ASTM F 1292-91 playground surfacing standard for a drop height not to exceed 3.5 feet. Must be installed under all swings and slides to preserve warranty. Method of installation I anchorage shall be per manufacturer's recommendations. PART 3 - SPECIAL REQUIREMENTS 3.1 QUALITY CONTROL A. The Bidder will provide the owner or its designated contractor with all necessary licenses prior to start of construction in accordance with U. S. Patents. B. Supplier must provide test results for impact attenuation in accordance with ASTM F1292-93; Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. Results must be provided for new material and for 5- year-old material. C. Testing must show "g" ratings of not more than 155g for the 8" thick system, or 120g for the 12" system at 12' fall heights, and HIC values of less than 1,000 for both new and 8- year-old material. D. Product must be wheelchair accessible and meet the requirements of the 1990 Americans with Disabilities Act (ADA) in accordance with ASTM PS83-97. E. The Bidder will provide copies of flammability testing procedures and results using (i) Section 1500.44 of the Federal Hazardous Substance Act, Title 16, Chapter II, Subchapter C, for rigid and pliable solids, and (ii) 16 CFR Part 1630 Standard for the Surface Flammability of Carpets and Rugs (FF 1-70), Modified Procedure. Testing should be performed by an independent testing laboratory. F. The Bidder will provide copies of testing procedures and results of (i) new shredded wood fibre, and (ii) shredded wood fibre not less than five years old taken from an existing site, performed by an independent testing source using the ASTM F1292-91 playground safety surfacing standard. G. The Bidder will provide at least three references of handicapped -accessible playgrounds that have been installed with said surface. CITY OP PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 116915 WOOD FIBER PLAYGROUND SURFACING Page 5 of 6 1 3.2 WARRANTY 2 3 All materials and labor under this Section shall be installed by a contractor authorized by the 4 manufacturer. Safety surface shall be warranted for labor and materials for a period of no less 5 than two years. Written warranty must be submitted by the manufacturer and the authorized 6 installer. 7 8 PART 4 — EXECUTION 9 10 4.1 EXAMINATION [NOT USED] 11 4.2 INSTALLERS 12 A. Substitution Limitations 13 4.3 PREPARATION 14 A. Installer shall thoroughly examine the site and specifications, carefully checking the 15 dimensions before starting work. 16 4.4 SUBGRADE 17 18 1. The subgrade shall be graded a minimum of 1.5% (percent) —max. 2%. Ail roots, 19 stones, and vegetation shall be removed. 20 2. The drainage matrix must be connected to the drainage system. 21 3. The first 6" of subgrade shall he compacted to at least 95 percent of the dry density, 22 as determined by the provisions of AASHTO or T 205, as modified in 203.24. 23 24 4.5 APPLICATION 25 26 A. Wood fiber surfacing system with gravel and sub drain. Install per plans and 27 specifications. 28 29 a. Aggregate Drainage Material 30 31 1. Install sub drain trench per plan. 32 2. Cover subgrade with washed stone, 3/8" to 4/2" diameter, at a uniform 33 depth of three inches. 34 3. Install drainage fabric over drainage aggregate, overlapping all seams by 35 at least 12". Cut to fit around equipment as necessary and overlap seams 36 as previously mentioned. 37 4. Install wood fiber safety surfacing at the depth indicated on plans 38 (compacted). Contractor shall be responsible for applying additional 39 material as required in order to maintain safety surface finish elevation 40 and anticipated settling for a period of sixty (60) days following project 41 acceptance. 42 43 44 45 46 END OF SECTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 11 6915 WOOD FIBER PLAYGROUND SURFACING Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 DIVISION 26 ELECTRICAL 260500-1 COMMON WORK RESULTS FOR ELECTRICAL Page I of5 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Summary Section 1.1.0 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Division 32 — Irrigation 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Electrical Facilities a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the lump sum price bid for "'Vlee+,..,.al Faeili :es» "Lighting and Electrical Services" c. The price bid shall include: 1) Furnishing and installing a complete electrical system 2) Wire 3) Cable 4) Conduit and related hardware 5) Supports 6) Excavation 7) Furnishing, placement and compaction of backfill 8) Hauling 9) Clean-up 2. Furnish and Install Electrical Service a. Measurement 1) Measurement for electrical service shall be per- eaeb fype-�d size furnished and-i&talled lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the " » shall .,dent the pFiee��e p a ta4 � lump er�+s�� �� � as�a� �eZn��� sum price bid for "Lighting and Electrical Services". CITY OF FORT WORTI3 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 26 05 00 - 2 COMMON WORK RESULTS FOR ELECTRICAL Paget of c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to.- 1) Conduit 2) Pole risers 3) Meter base 4) Breaker box 5) Breakers 6) Coordination with Electrical Service Provider 3. Install Electrical Service a. Measurement 1) Measurement for electrical service shall be PeF eaek type and size installed. lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the " stall he p.- de M the p e bid per- 6 t-3Te and size nst lle l lump sum price bid for "Lighting and Electrical Services". c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit 2) Pole risers 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Underwriters Laboratories, Inc. (UL) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or Work as may be required in those references, and include such information or Work as may be specified. 2. Division 26 requirements apply to electrical work provided under any division of the Specifications B. Service and Metering 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, Three Wire, 60 Hz from transformer equipment furnished and installed by the power company. 2. Power company responsibilities a. Furnishing and installing the primary overhead conductors and pole line b. Furnishing and installing the transformer or riser pole, primary cutouts, lightning arresters and grounding c. Furnishing and installing primary conduits and cables CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI196 Revised September 10, 2014 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 d. Furnishing and installing the transformer pad and grounding (if pad -mounted transformer) e. Furnishing and installing transformer f. Terminating underground primary cables g. Furnishing metering current transformers (CT's), meter and meter wiring h. Terminating secondary cables to the service transformer i. Furnishing meter base and enclosure 3. Contractor responsibilities a. Furnishing and installing secondary conduits and cables b. Furnishing and installing power company approved metering current transformer enclosure (if required by power company) c. Installing meter base d. Furnishing and installing an empty conduit With pull line from the metering current transformer enclosure to the meter enclosure. Conduit size and type approved by the power company i e. Coordinating electrical service installation with power company 4. City responsibilities a. Negotiating with power company for the costs of new or revised services b. Making payment directly to power company for such costs C. Codes, Inspections and Fees 1. Obtain all necessary permits and pay all fees required for permits and inspections. LS SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Materials and Equipment 1. New, except where specifically identified on the Drawings to be reused. 2. UL listed, where such listing exists. 3. Electrical service a. Service type shall be as shown on the Drawings. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY fA. Manufacturer Warranty 1. Manufacturer's warranties are specified in each of the Specification Sections. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 26 05 00 - 4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Interpretation of Drawings I. Coordinate the conduit installation with other trades and the actual supplied equipment. 2. Where circuits are shown as home nins: Provide fittings and boxes for complete raceway installation. 3. Verify exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Phase Balancing 1. Connect circuits on motor control centers and panelboards to result in evenly balanced loads across all phases. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oiz] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP A. Tests and Settings I . Test systems and equipment furnished under Division 26. 2. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequence motor when connected to A, B, and C phases. 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. CITY Or, FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page of5 8. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipment. 11. Refer to the individual equipment Sections for additional specific testing requirements. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] I a END OF SECTION IRevision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 2605 10 - 1 DEMOLITION FOR ELECTRICAL SYSTEMS Page I of 4 SECTION 26 OS 10 DEMOLITION FOR ELECTRICAL SYSTEMS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measuwement IA A.,asur-•,.,.en f . this Item shag be b y lump u. ivia..u..�ui aJ...y.�4 .RVA 4AA11 shall -be paid f'ef at the -lump -sur ee bid for SalvageEleetivioal et 3. Measurement and payment for this bid item shall be subsidiary to the bid item "Lighting and Electrical Service". J 4. The price bid shall include: a. Removing and salvaging electrical equipment including, but not limited to: 1) Wire and cable 2) Encasement 3) Conduit 4) Supports b. Excavation c. Furnishing, placement and compaction of backfill d. Hauling e. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is ,specifically cited. 2. National Fire Protection Association (NFPA) a. 70, National Electrical Code (NEC) CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 2605 IO-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with the City or their designee 48 hours in advance of removals. 2. Coordinate with other Trades for removal of electrical services in conjunction with the removal of the associated equipment. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. All salvage materials will be delivered by the Contractor to the City at a Iocation designated by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verify field measurements and circuiting arrangements. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Report Drawing discrepancies to City before disturbing the existing installation. 3.3 PREPARATION A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. B. Coordinate utility service outages with Utility Company to minimize length and number of outages. C. Provide temporary wiring and connections to maintain existing systems in service during construction. D. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 E. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. F. Disable system only to make switchovers and connections. G_ Obtain permission from City at least I week in advance, before partially or completely disabling system. 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate and extend existing installations to accommodate new construction. B. Remove abandoned wiring to source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. 1. Cut conduit flush with walls and floors and patch surfaces. D. Disconnect abandoned outlets and remove devices. 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 2. Provide blank cover for abandoned outlets which are not removed. E. Disconnect and remove abandoned panelboards and distribution equipment. F. Disconnect and remove electrical devices and equipment that has been removed. G. Repair adjacent construction and finishes damaged during demolition and extension work. H. Maintain access to existing installations which remain active. Modify installation or provide access to panels as appropriate. 1. Where the demolition or revision of any portion of a raceway or box in the raceway system, in an area, causes the raceway system of the area to no longer comply with the classification or Specification requirements of the area, provide and install such boxes, fittings, etc, as may be necessary to return the raceway system to compliance with Specifications. J. Extend existing installations using materials and methods as specified for new Work. K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to the surroundings. L. Salvaged Equipment and Materials 1. The City shall have the right to retain any or all electrical and instrumentation equipment shown or specified to be removed from the site. 2. Deliver the City's equipment to a site designated by the City. 3. If the City refuses the salvage, the Contractor must claim ownership of the materials and dispose of them properly. 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of demolition and the City will designate those items that are to remain the property of the City. 5. Take necessary precautions in removing City designated property to prevent damage during the demolition process. a. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 146 Revised December 20, 2012 260510-4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 b. Do not use a cutting torch to separate the City's equipment or material. 6. Remove items in 1 piece or in a manner that does not impact their reuse. a. Loose components may be removed separately. b. Controls and electrical equipment may be removed from the equipment and handled separately. c. Large units may be handled separately. d. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. M. Material removed from the construction site during demolition, and any equipment not otherwise designated to remain the property of the City in accordance with the pre - demolition identification process shall become the property of the Contractor, and shall be promptly removed from the construction site. N. Refurbish and replace any existing facility, to be left in place, which is damaged by the demolition operations. 1. The repair of such damage shall leave the parts in a condition at least equal to that found at the start of the work. 3.5 RESTORATION A. Clean and repair existing materials and equipment which remain or are to be reused. B. Panelboards 1. Clean exposed surfaces. 2. Check tightness of electrical connections. 3. Replace damaged circuit breakers. 4. Provide closure plates for vacant positions. 5. Provide typed circuit directory showing revised circuiting arrangement. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 20I2 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 SECTION 26 OS 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification T. None, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Faeititie "Lighting and Electrical Service". b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to R1eetr4ea 4uaei4itjes "Lighting and Electrical Service". and shall he subsidiary to the lump sum price bid for Electr4cal Faeiili Les "Li htin and Electrical Service". and no other compensation will be allowed. 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement fet: Gondtiit sha4l be per- linear foot of the ' thod ..d t.r..r.of conduit installed. .s —rlm3t5-02iSu}emait for conduit e, fiwoffi ev vitcor-to -ccitcrbvt wecr� poles, a combination of the two or te the termination point. b. Payment size, ifistallatien method, and "e of ee"duit 1) Paymen4 fef eonduit shall be made at �he priee bid per linear foot of the 2) Measurement and payment for this item shall be subsidiary to "Lighting and Electrical Service" c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows h) Couplings c) Weatherheads CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 3. Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Elee+_iea F fteij4ies. "Lighting and Electrical Service". b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Elec4fieal Faeil ies "Lighting and Electrical Service". and shall be subsidiary to the lump sum price bid for Electrical FaGil ties^, "Li ting and Electrical Service". and no other compensation will be allowed. 4. Conduit Boxes, when no bid item for Electrical Facilities exists a. Measurement t f _ h ll r, i CCosnduit B stalled 1)-�Ier`�surcnzcirczv� rex�rrszaun-oc pGr�s� � �,n ii� �.� ., per - location -b. PeryfnepA 1) The , afk per-fefmed and m.,teFi is furnished ; aeeer-danee to this Item shall be paid fof at the unit pfiee-bid for "Cend,,;t Box" installed. c. Measurement and navinent for this item shall be subsidiary to "LiAtiniz and Electrical Service" d. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing, placement and compaction of backflll 4) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute, Inc. (ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC). 3. National Electrical Manufacturers Association (NEMA). a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). b. C80.1, Electrical Rigid Steel Conduit. c. TC-2, ElectricaI Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC-3, PolyvinyI Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 4. National Fire Protection Association (NFPA) a. 70 National Electrical Code (NEC). 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 2) Chapter 9, Tables. 5. Underwriters Laboratories (UL) a. 6, Electrical Rigid Metal Conduit — Steel. b. 51413, Conduit, Tubing and Cable Fittings. c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of UL. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Submit to the City, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section 01 60 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. No separate warranty on conduit. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 CONDUIT i A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for SO degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 260533-4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting 3. Conforms to: a. NEMA C80.1 C. Rigid PVC Schedule 80 Conduit 1. Designed for use above ground and underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B D. Rigid PVC Schedule 40 Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B E. High Density Polyethylene (HDPE) Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. UL 65 I A b. UL 65113 c. NEMA TC-7 F. Raceway Boxes 1. Use: Exposed raceway systems only 2. Boxes for underground systems: Refer to Section 26 05 43. 3. Box size a. Distance between each raceway entry inside the box and the opposite wall: Not be less than 6 times the trade size of the largest raceway in a row. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 260533-5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. c. Each row calculated individually, and the single row that provides the maximum distance used to size box. 2.3 ACCESSORIES A. Conduit Outlet Bodies 1. Up to and including 2-1/2 inches a. Conduit outlet bodies and covers: Galvanized steel b. Captive screw -clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-1/2 inches a. Use junction boxes. B. Conduit Hubs 1. Watertight 2. Threaded galvanized steel 3. Insulated throat 4. Stainless steel grounding screw C. Grounding Bushings 1. Insulated lay -in lug grounding bushings 2. Tin-plated copper grounding path 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accommodate maximum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' f Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the I Drawings. 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on type. G. Expansion/Deflection Fittings 1. Use CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 a. Embedded in concrete b. Exposed 2. Description a. Internal grounding b. 4 inch movement c. Stainless steel/cast iron H. Expansion Fittings 1. Galvanized steel 2. 8 inch movement 3. Internal grounding 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION A. Interface with Other Work 1. Coordinate the placement of conduit and related components with other trades and existing installations. B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit C. Box Applications I . Furnish raceway junction, pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-1I2 inches: Conduit outlet bodies may be used, except where junction boxes are shown or otherwise specified 2. Conduits larger than 2-112 inches: Use junction boxes E. Conduit Hub Applications CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. C01196 Revised December 20, 2012 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL. SYSTEMS Page 7 of 12 1. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double lockout terminations will not be permitted. F. Insulated Grounding Bushing Applications 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or switchgear, if there is no wall or floor pan on which to anchor or terminate the raceway. 2. Other raceways: Terminate on enclosures with a conduit hub. 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be pulled. G. Conduit Fittings Applications I. Combination expansion deflection fittings: Install where conduits cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion - deflection fittings does not exceed 150 feet of conduit run. 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on the exposed side of conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than 10 feet. H. Conduit Penetration Seals Applications 1. Conduit wall seals: Use where underground conduits penetrate walls or at other locations shown on the Drawings 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at other locations shown on the Drawings 1. Conduit Tag Applications 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor penetrations. 2. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and hndholes. J. Raceway Installation 1. No conduit smaller than 1'/4 inch electrical trade size. 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 3. Do not pull wire until the conduit system is complete in all details. 4. Install all underground raceways in accordance with Section 26 05 43. 5. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (Duxseal or equal), at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. CITY OF FORT WORTH Riverside Community Park Phase t Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 feet or less as required to obtain rigid construction. 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back plates, to raise conduits from the surface. 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal members and threaded hanger rods not less than 3/8 inch in diameter. 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to provide a minimum of 112 inch clearance between wall and equipment. 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing; equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, Table 2, "Other Bends". h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equal CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. e. The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile") will not be permitted. f. Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. g. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. h. New Conduit 1) All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent --weld method in accordance with the conduit manufacturer's recommendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) SIip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water -tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 26 05 33 - 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 16) Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 mm) below the finished street grade in the street area. 18) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. a) No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 19) PVC conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. a) The void may be made by boring. b) Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. c) Water jetting will not be permitted. 20) If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Contractor to out the existing pavement. 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the curb or the outside edge of the shoulder. a) The boring method used shall not interfere with the operation of streets, highways, or other facilities, and shall not weaken or damage any embankment structure, or pavement. 22) Backfill - Compaction & Density Test for All Ditchlines a) All ditchlines within paving areas of existing and proposed streets and within 2 feet (600 mm) back of curb are to be mechanically tamped. b) All tamping is to be density controlled to 90 percent standard proctor density at optimum moisture content and no greater than 5 percent optimum or less than 2 percent below optimum. c) All backfiil material is to be select native material, 6 inches (150 mm) diameter clods and smaller. d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 mm) lifts with densities being taken for each Ifeet (300 mm) of compacted material on offsetting stations of 50 feet (15.9 M). 23) Provide adequately bent conduit and properly excavate so as to prevent damage to the conduit or conductor by a bend radius which is too short. 24) All conduit runs shall be continuous and of the same material (metal only or PVC only). 25) Where tying into existing conduit, the Contractor must continue with the same material (metal to metal or PVC to PVC). 26) Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. 27) White -lead paint or equal shall be used on threads of all joints. 28) Metal conduit and fittings shall have the burrs and rough places smoothed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 26 05 33 - 11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 I of ] 2 29) Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. i. Existing Conduit 1) Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. 2) If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). 3) If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the Engineer. a) Repair of this conduit will be paid for as "extra work" on a Change Order. 4) The Inspector shall be notified prior to disconnection or removal of any existing cable. 22. Conduits from external sources entering or leaving a multiple compartment enclosure: Stub up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. 23. Conduits entering from cable tray: Stub into the upper section. 24. InstalI conduit sealing and drain fittings in areas designated as NEMA 4X or NEMA 7. 25. Conduit identification platens a. Install on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes and manholes. b. Install conduit plates before conductors are pulled into conduits. c. Coordinate exact identification plate location with the City at the time of installation to provide uniformity of placement and ease of reading. 26. Pull mandrels through all existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or designated for future equipment. 28. Install conduit to drain away from the equipment served. If conduit drainage is not possible, use conduit seals to plug the conduits at the point of attachment to the equipment 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, present or future, in floor or ceiling construction. 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32. Locate conduits a minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within 1-feet of the cable tray. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised December 20, 2012 260533-12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 c. Weight of the conduit not supported by cable tray 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 I 260543-1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page f of 7 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install a complete underground system of raceways, manholes and handholes 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways and Boxes for Electrical Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill I 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Etoe.-tri ..,i FaMities "Lighting and Electrical Service". 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the electrical facilities specified on the Drawings and shall be subsidiary to the Iump sum price bid for glee*. ieal Facilities "Lighting and Electrical Service"., and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a elate is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. M306 —Standard Specification for Drainage Structure Castings. 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 260543-2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page. 2 oF7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Plastic duct spacers B. Shop Drawings 1. Manholes, hndholes and associated hardware 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Precast manholes: Manufactured in a NPCA (National Precast Concrete Association) Certified Plant 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handle and store material in accordance with manufacturer's instructions. 2. Store materials completely covered; do not expose materials to sunlight. 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS 1.12 WARRANTY A. No separate warranty for this equipment PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. Refer to Section 01 60 00. B. Conduit 1, PVC Schedule 40 or HDPE 2. Refer to Section 26 05 33 3. Terminators: Same size and type as the raceway C. Concrete cap far raceways and duct banks 1. Refer to Section 03 30 00. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1. Precast concrete 2. Designed for a AASHTO Class H2O load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers 1. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO CIass H2O X 2.5) 6. Including frame 7. "Electric" or "Communication" raised Ieering recessed flush on the cover 8. Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry's narne and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a Ioad of not less than 250 pounds at the outer end d. Molded in 1 piece of U.L. listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, COI 196 Revised July 1, 2011 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 f. Arms vertically spaced not greater than 24 inches on center 2. Pulling irons a. Copolymer polypropylene coated 1/2 inch diameter cable b. Rated pulling strength: 7500 lbs c. Polyethylene pulling iron pocket d. Manholes: Recessed in wall opposite each duct entry e. Handholes: Located near center of handhole floor 3. Ladders a. Fiberglass reinforced plastic b. Safety yellow c. 18 inch rung width d. 12 inch rung spacing e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the underground system H. Polyethylene Warning Tape 1. Red polyethylene film 2. 2 inches minimum width 3. Embedded metallic wire for location tracing 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Field verify the routing of all underground duct banks before placement 2. Modify the routing to avoid underground utilities or above ground objects 3. Provide any alternate routing of the duct banks to the City for approval before installation 3.3 TRENCH EXCAVATION A. Provide suitable room for installing manholes, handholes, ducts and appurtenances B. Furnish and place all sheeting, bracing and supports. C. Excavate material of every description and of whatever substance encountered. D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before excavating E. Refer to Section 33 05 10. 3.4 INSTALLATION A. Trench Excavation 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 260543-5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of7 2. Furnish and place all sheeting, bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 05 10. 4. Pavement a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 05 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer's instructions b. Greater than 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes l . Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. E. Plastic spacers 1. Not more than 4 feet apart 2. Provide not less than 2 inch clearance between raceways. F. Raceway banks cover: 24 inches G. Raceway terminations at manholes: Terminator for PVC conduit H. Blank duct plugs 1. Use to seal the ends of all unused ducts in the duct system 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the underground system I. Raceways entering or exiting the underground system, rising to higher elevation 1. Seal at higher elevation before and after the installation of cables 2. No entry of water or moisture to the Underground System at any time J. Complete duct system before pulling any wire. K. Swab all raceways clean before installing cable. L. Cables in manholes and handholes 1. Train, support and restrain on cable racks. 2. Route cables passing duct entrances above all duct entrances. 3. Do not route cable in front of or below duct bank entrances. 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 26 05 43 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page of7 M. Tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes 3.5 REPAIR / RESTORATION A. Remove and replace sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other trenching methods, using gravel fill. B. Existing pavement 1. Saw cut and repair existing pavements above new and modified existing duct banks. 2. Cut along straight lines. 3. Replace pavement with the same type and quality of the existing paving. C. Grassy areas 1. Remove and replace sod, or 2. Loam and reseed surface 3.6 RE -INSTALLATION A. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common fill material b. Void of rock or other non -porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of ± 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of f 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 24 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfiil. 7. Do not use water jetting as a means of consolidating or compacting backfill. 8. Road surfaces a. Broom and hose -clean immediately after back filling b. Employ dust control measures at all times. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 3.7 CLEANING A. Remove all rubbish and debris from inside and around the underground system. B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, hndholes and structures, using brushes, vacuum cleaner or clean, Iint free rags. C. Do not use compressed air. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 R1!I -11ISI RT(i SECTION 3110 00 SITE CLEARING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 311000-1 SITE CLEARING Pagel of5 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. 3.4 A - Protection of Trees C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 02 41 14 - Utility Removal/Abandonment 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for -"cite Cle,,rine' "Selective Site Demolition" c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal a. Measurement 1) Measurement for this Item shall be peF ea-. lump sum. b. Payment The work performed and the materials furnished in accordance with this Item shall be subsLdia 3y to bid item "Selective Site Demolition" paid fer-at the unit pnce bid pef eaeh "Tree ° ea-1—fox c. The price bid shall include: 1) Pruning of designated trees and shrubs CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 31 10 00 - 2 SITE CLEARING Page 2 of 5 2) Removal and disposal of structures and obstructions 3) Grading and backfilling of holes 4) Excavation 5) Fertilization 6) Clean-up 3. Tree Removal and. Transplantation a. Measurement 1) Measurement for this Item shall be per- eae lump sum. b. Payment 4) The work performed and the materials furnished in accordance with this Item shall be subsidiary to bid item "Selective Site Demolition" paid fef a) Various caliper ranges, c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required by the City's Tree Ordinance. (www.FortWorthTexas.gov) B. Preinstallation Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 311000-3 SITE CLEARING Page 3 of 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 i/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. 7. Contractor shall contact NTTA project representative 48 hours (min) prior to construction to review the condition of existing trees installed and maintained by NTTA, and verify the protective fencing has been installed per the approved plans. a. Contact Information: Bryan Dennis, RLA NTTA Assistant Project Mana er 214-551-2301 bdennis@ntta.org B. Hazardous Materials CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised December 20, 2012 31 10 00 - 4 SITE CLEARING Page 4 of 5 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences in. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets L Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation Ievel. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 n 31 10 00 - 5 ME CLEARING Page 5 of a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off -site in accordance with local, state, and federal laws and regulations. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUNMIARY OF CHANGE CITY OF FORT WORT14 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 SECTION 3123 16 UNCLASSIFIED EXCAVATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 31 23 16-1 UNCLASSIFIED EXCAVATION Page I ofs Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation involving the excavation of on -site materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Norms and Conditions of the Contract 2. Division l — General Requirements 3. Section 3123 23 — Borrow 4. Section 3124 00 —Embankments 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Excavation by Plan Quantity measurements or- ealeiila�iens will be made if wbusiments of quanfities are required. b. PaymeFA 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid Per eubie yardef'11ieiassf ed xeavatiefiby pl�:e additional eompensa-tion will be allowed for- roek of shf inkage/swell faetofs, as these are the GorAr-aetef's r-espeasibility. c. Measurement and payment for this item shall be subsidiary to the various bid items. No separate payment will be allowed for this item. d. The price bid shall include: 1) Excavation CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised September 10, 2014 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 2) Excavation Safety 3) Drying 4) Dust Control 5) Reworking or replacing the over excavated material in rock cuts 6) Hauling 7) Disposal of excess material not used elsewhere onsite 8) Scarification 9) Clean-up 1Tb. Pay 1iepA "Measurement" will be paid for at the tin bid "Lhiclassified Excavation Survey". ,rice per cubic yard of e They rice bid shall include: 11) ENGayation 2) Exeavfftion Safety 3) Dr -yin by 6) Harding 7) Disposal to-i—al to of not used elsewnere, 9) Clean up ans 1.3 REFERENCES [NOT USED] A. Definitions 1. Unclassified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavated. Any reference to Rock or other materials on the Drawings or in the specifications is solely for the City and the Contractor's information and is not to be taken as a classification of the excavation. 1.4 ADMINSTRATTVE REQUIREMENTS A. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 3123 16-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Excavation Safety 1. The Contractor shall be solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, casements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. 1.11 FIELD CONDITIONS A. Existing Conditions Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI t 96 Revised September 10, 2014 3123 16 - 4 UNCLASSIFIED EXCAVATION Page of 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Unacceptable Fill Material a. In -situ soils classified as MIL, MH, PT, OL or OH in accordance with ASTM D2487 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CONSTRUCTION A. Accept ownership of unsuitable or excess material and dispose of material off -site accordance with local, state, and federal regulations at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Excavate to finish grades. 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 3124 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. Excavate to finish subgrade CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. COI196 Revised September 10, 2014 312316-5 UNCLASSIFIED EXCAVATION Page 5 of5 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 3124 00 to replace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accordance with Section 3124 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. 2. In areas of over excavation, Contractor provides fill material approved by the City at no exp ens a to the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 312323-1 BORROW Page 1 of 5 SECTION 3123 23 BORROW PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish, place and compact Borrow material for grading. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 3. Section 3123 16 — Unclassified Excavation 4. Section 3124 00 —Embankments 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Borrow by Plan Quantity a. >,.re of 1) The < ....1E pe..f .meal and rna. e..;als f4ir- is ed 1yit , this Ron; —And -a`"—e—am—rL� as-pFay4ded mn taw c D 4P�wiIII he paid for- at the=uiac materials. No additional compensa4ion will be allowed for rock or c. Measurement and payment for this item shall be subsidiary to the various bid items. No separate payment will be allowed for this item. d. The price bid shall include: 1) Transporting or hauling material 2) Furnishing, placing, compacting and finishing Borrow 3) Construction Water 4) Dust Control 5) Clean-up 6) Proof Rolling 7) Disposal of excess or waste material 8) Reworking or replacement of undercut material CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 312323-2 BORROW Page 2 of 5 b. Payment 1) The f4w2nished- in itVzth�his-item wafkFeffeFmed —And axratefials as provided— ifflad-ef iL -Aeeexaneew ]] bid"Beef .,��ey" for-: P=iee per oubie yard of e b. Paymeflt r)—The wvncperformed zcinrrizcrccnars -mzxroxxediir1A4-arcnx�ccrax m ! iKNO ■ ■ !T.'!!l�lSf!1flS!ETf flTdR}: . ■ ■ 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised September 10, 2014 312323-3 BORROW Page 3 of 5 J. 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a slate is specifically cited. 2. ASTM Standards a. ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils c. ASTM D6913, Standard Test Methods for Particle -Size Distribution (Gradation) of Soils Using Sieve Analysis d. ASTM D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. C. Submit laboratory tests reports for each soil borrow source used to supply general borrow and select fill materials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Stockpiled Borrow material a. Provide a description of the storage of the delivered Borrow material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Borrow material shall be tested prior to delivery to the Site. 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material from each source. a. All testing listed above shall be performed in terms of ASTM D698, ASTM D6913 and ASTM D4318-10 respectively. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery [ 1. Coordinate all deliveries and haul -off. B. Storage 1. Within Existing Rights -of -Way (ROW) a. Borrow materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 312323-4 BORROW Page 4 of 5 b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of Borrow materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. 1..11 FIELD CONDITIONS [NOT USED] 1.1.2 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Borrow 1. Additional soil beneath pavements, roadways, foundations and other structures required to achieve the elevations shown on the Drawings. 2. Acceptable Fill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 3. Blended Fill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported Acceptable Fill material to meet the requirements of an Acceptable Fill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 S. Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type IIII portland cement CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 a i i 312323-5 BORROW Page 5 of 5 d. 100 to I50 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. All Borrow placement shall be performed in accordance to Section 31 24 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field quality control will be performed in accordance to Section 3124 00. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USE, 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12120/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on hid list. CITY OF FORT WORTH Riverside Commuiuty Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised September 10, 2014 e r 312400-1 EMBANKMENTS Pagel of9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of: 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification I4 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 I — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Embankments by Plan Quantity 21 a. Measurement 22 1) Measurement for this Item shall be by the cubic yard in its final position 23 using the average end area method. Limits of measurement are shown on 24 the Drawings, and as described in the Geotechnical Report.. 25 2) When measured by the cubic yard in its final position, this is a plans 26 quantity measurement Item. The quantity to be paid is the quantity shown 27 in the proposal, unless modified by Article 11.04 of the General 28 Conditions. Additional measurements or calculations will be made if 29 adjustments of quantities are required. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per cubic yard of "Embankment by Plan". No additional 34 compensation will be allowed for rock or shrinkage/swell factors, as these 35 are the Contractor's responsibility. 36 c. The price bid shall include: 37 1) Transporting or hauling material 38 2) Placing, compacting, and finishing Embankment 39 3) Construction Water 40 4) Dust Control 41 5) Clean-up 42 6) Proof Rolling CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised January 28, 2013 312400-2 EMBANKMENTS Page 2 of 9 1 7) Disposal of excess materials 2 8) Reworking or replacement of undercut material 14 15 16 " wi]4 be paid for at the u 17 " 18 e. The price bid shall ineludei- 19 20 21 22 4) Dust Control 23 5) Clean 24 6) P faef D.,l i*g 25 26 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification, unless a date is specifically cited. 32 2. ASTM Standards 33 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 34 and Plasticity Index of Soils 35 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 36 Wax Method 37 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 38 Characteristics of Soil Using Standard Effort 39 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 40 Characteristics of Soil Using Modified Effort 41 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 42 Weight and Water Content Range for Effective Compaction of Granular Soils 43 Using a Vibrating Hammer 44 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 45 by the Sand Cone Method 46 1.4 ADMINSTRATIVE REQUIREMENTS 47 A. Sequencing CITY OF FORT WORTH Riverside Community Park Phase Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised January 28, 2013 B 5 I 31 24 00 - 3 EMBANKMENTS Page 3 of 1 1. Sequence work such that calls of proctors are complete in accordance with ASTM 2 D698 prior to commencement of construction activities. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to construction 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 7 A. Shop Drawings 8 1. Stockpiled material 9 a. Provide a description of the storage of the excavated material only if the 10 Contract Documents do not allow storage of materials in the right-of-way or the I 1 easement 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. 34 1.11 FIELD CONDITIONS 35 A. Existing Conditions 36 1. Any data which has been or may be provided on subsurface conditions is not 37 intended as a representation or warranty of accuracy or continuity between soils. It 38 is expressly understood that neither the City nor the Engineer will be responsible 39 for interpretations or conclusions drawn there from by the Contractor. 40 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised January 28, 2013 31 24 00 - 4 EMBANKMENTS Page 4 oIF9 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Acceptable Fill Material 7 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 8 ASTM D2487 9 b. Free from deleterious materials, boulders over 6 inches in size and organics 10 c. Can be placed free from voids 11 d. Must have 20 percent passing the number 200 sieve 12 2. Blended Fill Material 13 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 14 ASTM D2487 15 b. Blended with in -situ or imported acceptable backfill material to meet the 16 requirements of an Acceptable Backfill Material 17 c. Free from deleterious materials, boulders over 6 inches in size and organics 18 d. Must have 20 percent passing the number 200 sieve 19 3. Unacceptable Fill Material 20 a. fn-situ soils classified as NIL, NM, PT, OL or OH in accordance with ASTM 21 D2487 22 4. Select Fill 23 a. Classified as SC or CL in accordance with ASTM D2487 24 b. Liquid limit less than 35 25 c. Plasticity index between 8 and 20 26 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 27 2.4 ACCESSORIES [NOT USED] 28 2.5 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION 33 A. Protection of In-PIace Conditions 34 1. Pavement 35 a. Conduct activities in such a way that does not damage existing pavement that is 36 designated to remain. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised January 28, 2013 312400-5 EMBANKMENTS Page 5 of 9 1 b. Repair or replace any pavement damaged due to the negligence of the 2 contractor outside the limits designated for pavement removal at no additional 3 cost 4 2. Trees 5 a. When operating outside of existing ROW, stake permanent and temporary 6 construction easements. 7 b. Restrict all construction activities to the designated easements and ROW. 8 c. Flag and protect all trees designated to remain in accordance with Section 31 10 9 00. 10 d. Conduct embankments in a manner such that there is no damage to the tree 11 canopy. 12 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 13 specifically allowed by the City. 14 1) Pruning or trimming may only be accomplished with equipment 15 specificaIly designed for tree pruning or trimming. 16 3. Above ground Structures 17 a. Protect all above ground structures adjacent to the construction. 18 4. Traffic 19 a. Maintain existing traffic, except as modified by the traffic control plan, and in 20 accordance with Section 34 71 13. 21 b. Do not block access to driveways or alleys for extended periods of time unless: 22 1) Alternative access has been provided 23 2) Proper notification has been provided to the property owner or resident 24 3) It is specifically allowed in the traffic control plan 25 3.4 INSTALLATION 26 A. Embankments General 27 1. Placing and Compacting Embankment Material 28 a. Perform fill operation in an orderly and systematic manner using equipment in 29 proper sequence to meet the compaction requirements 30 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 31 6 inches, unless otherwise shown on the Drawings 32 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 33 deleterious materials 34 d. Bench slopes before placing material. 35 e. Begin filling in the lowest section or the toe of the work area 36 f. When fill is placed directly or upon older fill, remove debris and any loose 37 material and proof roll existing surface. 38 g. After spreading the loose lifts to the required thickness and adjusting its 39 moisture content as necessary, simultaneously recompact scarified material 40 with the placed embankment material. 41 h. Roll with sufficient number passes to achieve the minimum required 42 compaction. 43 i. Provide water sprinkled as necessary to achieve required moisture levels for 44 specified compaction 45 j. Do not add additional lifts until the entire previous lift is properly compacted. 46 2. Surface Water Control 47 a. Grade surface horizontally but provide with sufficient longitudinal and 48 transverse slope to allow for runoff of surface water from every point. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. C01196 Revised January 28, 2013 312400-6 EMBANKMENTS Page 6 of 9 1 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 2 created. 3 c. Install temporary dewatering sumps in low areas during filling where excess 4 amounts of runoff collect. 5 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 6 free from humps and hollows that would prevent proper uniform compaction. 7 e. Do not place fill during or shortly after rain events which prevent proper work 8 placement of the material and compaction 9 f. Prior to resuming compaction operations, remove muddy material off the 10 surface to expose firm and compacted materials 11 B. Embankments for Roads 12 1. Only Acceptable Fill Material will be allowed for roadways 13 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 14 the finished grade of the street 15 3. Construct generally to conform to the cross section of the subgrade section as 16 shown in the Drawings. 17 4. Establish grade and shape to the typical sections shown on the Drawings 18 5. Maintain finished sections of embankment to the grade and compaction 19 requirements until the project is accepted. 20 C. Earth Embankments 21 1. Earth embankment is mainly composed of material other than rock. Construct 22 embankments in successive layers, evenly distributing materials in lengths suited 23 for sprinkling and rolling. 24 2. Rock or Concrete 25 a. Obtain approval from the City prior to incorporating rock and broken concrete 26 produced by the construction project in the lower layers of the embankment. 27 b. No Rock or Concrete will be permitted in embankments in any location where 28 future utilities are anticipated. 29 c. When the size of approved rock or broken concrete exceeds the layer thickness 30 place the rock and concrete outside the limits of the proposed structure or 31 pavement. Cut and remove all exposed reinforcing steel from the broken 32 concrete. 33 3. Move the material dumped in piles or windrows by blading or by similar methods 34 and incorporate it into uniform layers. 35 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 36 ensure there are no abrupt changes in the material. 37 5. Break down clods or humps of material and mix embankment until a uniform 38 material is attained. 39 D. Rock Embankments 40 1. Rock embankment is mainly composed of rock. 41 2. Rock Embankments for roadways are only allowed when specifically designated on 42 the Drawings. 43 3. Construct rock embankments in successive layers for the full width of the roadway 44 cross-section with a depth of 18-inches or less. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised January 28, 2013 I A I 312400-7 EMBANKMENTS Page 7 of 9 1 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 2 case. Fill voids created by the large stone matrix with smaller stones during the 3 placement and filling operations. 4 S. Ensure the depth of the embankment layer is greater than the maximum dimension 5 of any rock. 6 6. Do not place rock greater than 18-inches in its maximum dimension. 7 7. Construct the final layer with graded material so that the density and uniformity is 8 in accordance compaction requirements. 9 8. The upper or final layer of rock embankments shall contain no material larger than 10 4 inches in their maximum dimension. 11 E. Density 12 1. Compact each layer until the maximum dry density as determined by ASTM D698 13 is achieved. 14 a. Not Under Roadway or Structure: 15 1) areas to be compacted in the open, not beneath any structure, pavement, 16 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 17 edge of pavement, or back of curb. 18 a) Compact each layer to a minimum of 90 percent Standard Proctor 19 Density. 20 b. Embankments under future paving: 21 1) Compact each layer to a minimum of 95 percent standard proctor density 22 with a moisture content not to exceed +4 percent or -2 percent of optimum 23 moisture or as indicated on the Drawings 24 c. Embankments under structures: 25 1) Compacted each layer as indicated on the Drawings 26 F. Maintenance of Moisture and Reworking 27 1. Maintain the density and moisture content once all requirements are met. 28 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 29 percentage points below optimum. 30 3. Rework the material to obtain the specified compaction when the material loses the 31 required stability, density, moisture, or finish. 32 4. Alter the compaction methods and procedures on subsequent work to obtain 33 specified density as directed by the City. 34 3.5 REPAIR [NOT USED] 35 3.6 RE -INSTALLATION [NOT USED] 36 3.7 FIELD QUAILITY CONTROL 37 A. Field Tests and Inspections 38 1. Proctors 39 a. The City will perform Proctors in accordance with ASTM D698. 40 b. Test results will generally be available to within 4 calendar days and distributed 41 to: 42 1) Contractor 43 2) City Project Manager 44 3) City Inspector CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised January 28, 2013 312400-8 EMBANKMENTS Page 8 of 9 1 4) Engineer 2 c. Notify the City if the characteristic of the soil changes. 3 d. City will perform new proctors for varying soils: 4 1) When indicated in the geotechnical investigation in the Appendix 5 2) If notified by the Contractor 6 3) At the convenience of the City 7 e. Embankments where different soil types are present and are blended, the 8 proctors shall be based on the mixture of those soils. 9 2. Proof Rolling 10 a. Embankments under Future Pavement it 1) City Project Representative must be on -site during proof rolling operations. 12 2) Use equipment that will apply sufficient load to identify soft spots that rut 13 or pump. 14 a) Acceptable equipment includes fully loaded single -axle water truck 15 with a 1500 gallon capacity. 16 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 17 4) Offset each trip by at most 1 tire width. 18 5) If an unstable or non -uniform area is found, correct the area. 19 6) Correct 20 a) Soft spots that rut or pump greater than 3/4 inch. 21 b) Areas that are unstable or non -uniform 22 7) If a non -uniform area is found then correct the area. 23 b. Embankments Not Under Future Paving 24 1) No Proof Rolling is required. 25 3. Density Testing of Embankments 26 a. Density Test shall be in conformance with ASTM D2922. 27 b. For Embankments under future pavement: 28 1) The City will perform density testing twice per working day when 29 compaction operations are being conducted. 30 2) The testing lab shall take a minimum of 3 density tests, but the number of 31 test shall be appropriate for the area being compacted. 32 3) Testing shall be representative of the current lift being compacted. 33 4) Special attention should be placed on edge conditions. 34 c. For Embankments not under future pavement or structures: 35 1) The City will perform density testing once working day when compaction 36 operations are being conducted. 37 2) The testing lab shall take a minimum of 3 density tests. 38 3) Testing shall be representative of the current lift being compacted. 39 d. Make the area where the embankment is being placed available for testing. 40 e. The City will determine the location of the test. 41 f. The City testing lab will provide results to Contractor and the City's Inspector 42 upon completion of the testing. 43 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 44 h. Test reports shall include: 45 1) Location of test by station number 46 2) Time and date of test 47 3) Depth of testing 48 4) Field moisture 49 5) Dry density CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised January 28, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 312400-9 EMBANKMENTS Page 9 of9 6) Proctor identifier 7) Percent Proctor Density B. Non -Conforming Work 1. All nonconforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Tog DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1 /28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised January 28, 2013 312500-1 EROSION AND SEDIMENT CONTROL Page] of 9 i SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes. 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Water Pollution Prevention. Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Item shall be by lump sum. b. Payment � 2) _Work associated with this Item is considered subsidiary to "Erosion Control Measures". No separate payment will be allowed for this Item. c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 7) Installation and removal of all erosion control items shown on the plans. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 3k 2500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 2. ASTM Standard: a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DM.S-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 20 ] 2 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of9 1) Types 1, 2 and 4 Rock Filter Dams a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2%2 inches x 3 '/a inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. StabiIized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will forma stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Table 1 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. H. Erosion Control Lois 1. Provide continuous barrier using staked in place erosion control logs. 2. Logs shall be 12" diameter, 33 lbs per log, and 12 month functional longevity (minimum 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 31 25 00 - 5 EROSION AND SEDIMENT CONTROL Page 5 of9 1. Develop and implement the project's Storm Water Pollution Prevention Plan (S WPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 312500-6 EROSION AND SEDIMENT CONTROL Page of9 1. Remove trees, brush, stumps and other objectionable :material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height -At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At Ieast 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop —double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabion to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. PIace the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 312500-7 EROSION AND SEDIMENT CONTROL Pagel of9 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall be at least 14 feet for I -way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily Iift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at Ieast 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 312500-5 EROSION AND SEDIMENT CONTROL Page 8 of 9 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) BackfilI the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum Iap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oil SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 f 31 25 00 - 9 EROSION AND SEDIMENT CONTROL Page 9 of9 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. 3.14 ATTACHMENTS [NOT USED] END OF SECTION IRevision Log DATE I NAME I SUMMARY OF CEANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 DIVISION 32 EXTERIOR IMPROVEMENTS 3201 17 - 1 PERMANENT ASPHALT PAVING REPAIR € Page 1 of5 1 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 General Requirements 18 3. Section 03 34 16 — Concrete Base Material for Trench Repair 19 4. Section 32 12 16 Asphalt Paving 20 S. Section 32 13 13 — Concrete Paving 21 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Asphalt Pavement Repair 25 a. Measurement 26 1) MeasufefnepA this Rem be by the lineaf foot Pavemen4 -fof will of-Aspl+ah 27 28 thug 29 b. Payment 30 1) The furnished in this Rem work- performed and matuials a66E)FE1aH66 Wi4l; 31 " will be paid for at the 1 32 N: iee bid N_x�libo f� f Asphalt Pavement vo 33 c. Measurement and payment for this item shall be subsidiary to the various items 34 bid. No separate pay will be _allowed for this item. 35 d. The price bid shall include: 36 1) Preparing final surfaces 37 2) Furnishing, loading, unloading, storing, hauling and handling all materials 38 including freight and royalty 39 3) Traffic control for all testing 40 4) Asphalt, aggregate, and additive 41 5) Materials and work needed for corrective action CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 6) Trial batches 2 7) Tack coat 3 8) Removal and/or sweeping excess material 4 2. Asphalt Pavement Repair for Utility Service Trench 5 a. Measurement 6 1) 114eas„F,,... ef4 COF 4hiS 7 efn ill be by the 1.aeaf feet of Asphalt Pavement 7 8 -f eu.h fA the 14nit .,f the Asphalt U.,...,,.,eM Rep f F f the main sewer- line. 9 b. Payment 10 1) The wefk performed and matefials f6mished in aeeerdanee with this hem ,1 d '.-1,.,�7 !7 cc easufement" will be paidfor- At thv , nif 11 'c^cixcrzi-ccc^[:rciiccr-cry-pr^vricsGttziiacs@r 1�1 12 price bid price per linear fey of "Asphalt It P i �r A ur'ciia£kktRepaif, 13 for 14 a) Various types of utilities 15 c. _Measurement and payment for this item shall be subsidiary to the various items 16 bid. No separate pay will be allowed for this item. 17 d. The price bid shall include: 18 1) Preparing final surfaces 19 2) Furnishing, loading, unloading, storing, hauling and handling all materials 20 including freight and royalty 21 3) Traffic control for all testing 22 4) Asphalt, aggregate, and additive 23 5) Materials and work needed for corrective action 24 6) Trial batches 25 7) Tack coat 26 8) Removal and/or sweeping excess material 27 3. Asphalt Pavement Repair Beyond Defined Width 28 a. Me fit 29 1) Measurement for this item will be by the square yard fop asphalt pa-vemeyA 30 repair- beyond pay limits of the defined width of Aspha4t Pavement Repair 32 b. payffient 33 1) The wwk performed and matefials fufnished in aeeofdaftee with this Item 34 " will be paid fef at the unit 35 36 37 c. _Measurement and payment for this item shall be subsidiary tothe various items 38 bid. No separate pay will be aIIowed for this item. 39 d. The price bid shall include: 40 1) Preparing final surfaces 41 2) Furnishing, loading, unloading, storing, hauling and handling all materials 42 including freight and royalty 43 3) Traffic control for all testing 44 4) Asphalt, aggregate, and additive 45 5) Materials and work needed for corrective action 46 6) Trial batches 47 7) Tack coat 48 8) Removal and/or sweeping excess material 49 4. Extra Width Asphalt Pavement Repair CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 320117-3 PERMANENT ASPHALT PAVING REPAIR Page of5 1 a. M n 2 1) Measurement for this Item will be by the squar-eyffd feF- sur-Rt--... luvw txV4 iftelude base repair) for: 4 a) Various thieknesses b. Payment 6 1) The work perfofmed and mpAefials Fafaished in aeeeqAanue with this Item 7 and measure edgier- "MeastifemePA be paid 0fatthe 8 price bid per- squar-e yard ef Ex4ra Width Aspha4t Pavemen4 Repair- 9 c. Measurement and payment for this item shall be subsidiary to the various items 10 bid. No separate Vay will be allowed for this item. 11 d. The price bid shall include: 12 1) Preparing final surfaces 13 2) Furnishing, loading, unloading, storing, hauling and handling all materials 14 including freight and royalty 15 3) Traffic control for all testing 16 4) Asphalt, aggregate, and additive 17 5) Materials and work needed for corrective action 18 6) Trial batches 19 7) Tack coat 20 8) Removal and/or sweeping excess material 21 1.3 REFERENCES 22 A. Definitions 23 1. H.M.A.C. — Hot Mix Asphalt Concrete 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Permitting 26 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 27 and Public Works Department in conformance with current ordinances. 28 2. The Transportation and Public Works Department will inspect the paving repair 29 after construction. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 32 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.12 FIELD CONDITIONS 38 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 39 rising unless otherwise approved. CITY OF FORT WORTH Riverside Community Park Phase I improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 3201 I7-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for `french Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 43. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C. paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation I9 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair, remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No, COI 196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3201 17 - 5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depth: as specified in Drawings 4. Place surface mix in lifts not to exceed 3 inches. 5. Last or top lift shall not be less than 2 inches thick. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A—Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CON STRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 0 3201 18 - 1 TEMPORARY ASPHALT PAVING REPAIR Page 1 of 3 I SECTION 32 01 IS 2 TEMPORARY ASPHALT PAVING REPAIR 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program. 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of construction. I 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 32 1123 - Flexible Base Courses 17 4. Section 32 12 16 -Asphalt Paving I8 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measur-emertt 22 a. Measurement for 1-hiS Ap-m- Shall be by the li-aleffiv -f—hat _4 Temper-ary Asp 23 Paving Rpai . 24 2;. Payment 25 26 fneasured as pfavided ander "N4easuremei4" will be paid f F at the , i4p 27 28 30 3. Measurement and payment for this item shall be subsidiary to the various items bid. 31 No separate pay will be allowed for this item. 32 4. The price bid shall include: 33 a. Preparing final surfaces 34 b. Furnishing, loading, unloading, storing, hauling and handling all materials 35 including freight and royalty 36 c. Traffic control for all testing 37 d. Asphalt, aggregate, and additive 38 e. Materials and work needed for corrective action 39 £ Trial batches 40 g. Tack coat CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 3201 18 - 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1 h. Removal and/or sweeping excess material 2 3 1.3 REFERENCES 4 A. Definitions 5 1. H.M.A.C. — Hot Mix Asphalt Concrete 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A. Permitting 8 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 9 and Public Works Department in conformance with current ordinances. 10 2. The Transportation and Public Works Department will inspect the paving repair I I after construction. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 14 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16, 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees 21 F or higher and rising unless otherwise approved. 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [NOT USED] 25 2.2 MATERIALS 26 27 28 29 30 31 32 33 A. Backfill. see Section 33 05 10. B. Base Material 1. Flexible Base: Use existing base and add new flexible base as required in accordance with Section 32 11 23. C. Asphalt Concrete: See Section 32 12 16. 1. H.M.A.C. paving. Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 1 PART 3 - EXECUTION 2 3 4 5 6 7 8 9 10 11 I2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 3201 18-3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 3 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Removal 1. Use an approved method that produces a neat edge. 2. Use care to prevent fracturing existing pavement structure adj acent to the repair area. B. Base 1. InstaIl flexible base material per detail. 2. See Section 32 I 123. C. Apshalt Paving 1. H.M.A.C. placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No, CO1I96 Revised December 20, 2012 SECTION 32 0129 CONCRETE PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 32 01 29 - 1 CONCRETE PAVING REPAIR Pagel of4 1. Concrete pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any other concrete pavement repair needed during the course of construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 01 18 - Temporary Asphalt Paving Repair 4. Section 32 12 16 - Asphalt Paving 5. Section 32 13 13 - Concrete Paving 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pavement Repair a}d fneasufed as pfeyided endef `fG'i �c �czxeii "shall be paid for a++l,o c. Measurement and payment for this item shall be subsidiary to the various items bid. No separate pU will be allowed for this item. d. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing and applying all water required CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 3201 29 - 2 CONCRETE PAVING REPAIR Page 2 of 4 3) Furnishing, loading and unloading, storing, hauling and handling all concrete 4) Furnishing, loading and unloading, storing, hauling and handling all base material 5) Mixing, placing, finishing and curing all concrete 6) Furnishing and installing reinforcing steel 7) Furnishing all materials and placing longitudinal, warping, expansion and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler in the proper position; for coating steel bars where required by the Drawings 8) Sealing joints 9) MonolithicalIy poured curb 10) Cleanup 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place concrete as specified in Section 32 13 13, 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Embedment and Backfill: see Section 33 05 10, B. Base material: Concrete base: see Section 32 13 13. CITY OF FORT WORTH Riverside Community Paris Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 32 01 29 - 3 CONCRETE PAVING REPAIR Page of C. Concrete: see Section 32 13 13. 1. Concrete paving: Class H or Class HES. 2. Replace concrete to the specified thickness. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support traffic. 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface, t a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing 1. General a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment a. Power driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or facture concrete adjacent to the repair area 3. Repairs: In true and straight Iines to dimensions shown on the Drawings ' 4. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench walls 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: as specified in Drawings CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 32 01 29 - 4 CONCRETE PAVING REPAIR Page of4 D. Concrete Paving 1. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement: as specified in Drawings 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson f .2.A —Modified Items to he included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1 — Changed to Class P to Class H CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 SECTION 32 1123 FLEXIBLE BASE COURSES PART 1 - GENERAL 1.1 SUMMARY 321123- 1 FLEXIBLE BASE COURSES Page 1 of 7 A. Section Includes: I. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 5 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment z. MeaSufement ems: 1) Depths hypes 3) Gradations ft. The WOFk perft)Fffied and nifftefiffIS f6mished in aeeardanee with this Item an cf ]] will be paid for- at the unit jpFiee 3. Measurement and payment for this item shall be subsidiary to the various items bid. No separate pay will be allowed for this item. 4. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 321123-2 FLEXIBLE BASE COURSES Page 2 of? 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-Ibf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex- 117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY INOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 3213 23-3 FLEXIBLE BASE COURSES Page of7 Table 1 Material Require ents Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) Tex-110-E 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8 in. 10-35 — 3/8 in. 30-50 — No.4 45-65 45-75 No.40 70-85 60 85 Liquid limit, % max. I Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max.' Tex-116-E 40 45 Wet ball mill, % max. increase passing the No. 40 sieve 20 20 Classification Tex-117-E 10 1.1-2.3 Min. compressive strength3, psi lateral pressure 0 psi lateral pressure 15 psi 45 175 35 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-4I 1-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 32 11 23 -4 FLEXIBLE BASE COURSES Page of7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table l for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Roiling 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back — 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non -uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than. 3/4 inch 2) Areas that are unstable or non -uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO119b Revised December 20, 2012 a1- 32I123-5 FLEXIBLE BASE COURSES Page 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. PIace material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. S. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. S. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling CITY OF FORT WORTI4 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1 I96 Revised December 20, 2012 321123-6 FLEXIBLE BASE COURSES Page 6 of7 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply ,sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1S00 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. c) 1f an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4, Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1 /4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH Riverside Community Park Phase 1 improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 0 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3 A.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines Iocation of density testing. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OR SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 321129-1 LIME TREATED BASE COURSES SECTION 32 1129 LIME TREATED BASE COURSES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 10 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 3123 23 - Borrow 4. Section 32 1123 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Me 0 ent 1) Merit ro.,�,e t f .,, r this Itoshall be ham, the to (dfy weight) of Hydrate 1) The work performed and materials furnished in aeeor-danee with this Item and measured as provided undef cc » will be paid fef a4 the unit pfiee bid ri r to of H5, df to d Lime. c. Measurement and p4yment for this item shall be subsidiary to the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 2. Commercial Lime Slurry Measuf effient 1) Mea%ir-ement for this Item sha4i be by the ton (Jfy weight) as eiiloulated f+eta the minimum percent dry solids content of the slur-Fy multiplied by th in ions delivered-. b. PaymepA and measuf ed as provided under- Li ff will be paid for 4 !he uni! CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 321129-2 LIME TREATED BASE COURSES Page 2 of 10 c. Measurement and payment for this item shall be subsidiary to the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling Quicklime a. Measurement rt 1) Meas„«o„ ent for this Item shall be by the ton (dry , .,W of ll,,ieklifne Measurement for Quicklime in slurry form shall be measured by the to (dryweight) of the Quicklime uas to prepare the &i,,rry h Payment pfiee bid ., ..for „fQui.klif.,,, c. Measurement and payment for this item shall be subsidiary to the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment a. Me ft 4) The work peffeffned and „.,.,tefia4s fi,, dished : aeeofdanee with this Its,,,., and measuf ed as provided under- "Measurement" will be p aid fef at the unit c. Measurement and payment for this item shall be subsidiary to the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Preparing the roadbed 2) Loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) Performing all manipulations required 1.3 REFERENCES A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS —grade of "pebble" quicklime suitable for use in the preparation of slurry for wet placing. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 32 11 29 - 3 LIME TREATED BASE COURSES Page 3 of 10 b. Grade S — finely graded quicklime for use only in the preparation of slurry for wet placing. I B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 f1-lbf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex- 101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer ' c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLLS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. 1.11 SITE CONDITIONS A. Start lisle application only when the air temperature is at least 35°F and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDAI?D CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 321129-4 LIME TREATED BASE COURSES Page 4 of 10 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water b. solids portion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Table 2 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry Total "active" lime 90.0 Min 87.0 Min content, percent by Weight Unhydrated lime 5.0 Max 87.0 Min content, percent by weight CaO "Free Water" 5.0 Max content, percent by wei t water b. Physical Requirements Table 3 Lime Physical Re uirements Iydrated Commercial Lime Quicklime Time Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 314 —in sieve 10.0 Max Retained on a No. 100 Grade Ds — 80 Min sieve Grade S —no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 321129-5 LIME TREATED BASE COURSES Page 5 of 10 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicktime. c. Slurry Grades Table 4 Lime Slarry Grades Minimum Dry Solids Contents by Percentage of the Slur Grade I 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 1123, for the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. 'l E. Borrow: See Section 3123 23. ? 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] l PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. RoIlers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1I96 Revised December 20, 2012 321129-6 LIME TREATED BASE COURSES Page 6 of 10 c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and funush the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Storage Facility a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 5. PuIverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times, and uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to depth as shown in the Drawings. D. AppIication of Lime I . UnfformIy apply lime as shown on the Drawings or as directed. 2. Add lime at the percentage specified in Drawings. 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurry Placement a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute Iime at the rate shown on the Drawings 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 E. F 321129.7 LIME TREATED BASE COURSES Page 7 of 10 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. Mixing 1. Begin mixing within 6 hours of application of lime. 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and Iime is obtained, free from all clods and lumps. 5. Do not mix greater than I inch deeper than the stabilization depth specified. 6. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 11. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex- 101-E, Part ITI, to determine compliance with the gradation requirements in Table 5. Table 5 Gradation Requirements Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 Compaction 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multiple lifts are permitted when shown on the Drawings or approved. d. Bring each layer to the moisture content directed. 2. Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at Ieast one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 32I129-8 LIME TREATED BASE COURSES Page 8 of 10 e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) 1f an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised December 20, 2012 321129-9 LIME TREATED BASE COURSES Page 9 of 10 I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) SprinkIe with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curing Requirements Before Placing Subsequent Coursed Untreated Material Curing (Days) PI _< 35 2 PI > 35 5 1, Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 REPAIR/RESTORATION ]NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In -place depth will be evaluated for each 500-foot roadway section 2. Determine in accordance with Tex 140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. C01196 Revised December 20, 2012 321129-10 LIME TREATED BASE COURSES Page 10 of 10 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO119b Revised December 20, 2012 321133-1 CEMENT TREATED BASE COURSES Page 1 of 7 SECTION 32 1133 CEMENT TREATED BASE COURSES PART1- GENERAL 1.1 SUMMARY A. Section Includes I. Treating subgrade, subbase and base courses by the pulverization, addition of cement, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement, base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 1123 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Cement a. Measurement 1) Measurement for this Item shall be by the ton (dry weight). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton (dry weight) of Cement. c. The price bid shall include: 1) Furnishing Cement material 2) All freight involved 3) All unloading, storing and handling 2. Cement Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area. 2) The dimensions for determining the surface area are established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Cement Treatment placed for: a) Various depths c. The price bid shall include: 1) Pulverizing or providing the soil material 2) Handling, hauling and spreading dry or slurry cement 3) Mixing the cement with the soil either in -place or in a mixing plant CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 3211 33 - 2 CEMENT TREATED BASE COURSES Page 2 of 7 4) Furnishing, hauling and mixing water with the soil -cement mixture 5) Spreading and shaping the mixture; compacting the mixture, including all rolling required for compaction 6) Surface finishing 7) Water and sprinkling 8) Curing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the tilde of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C150, Standard Specification for Portland Cement b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TxDOT) a. Tex-101-E, Preparing soil and flexible base materials for testing b. Tex-140-E, Measuring thickness of paving layers 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Truck Delivered Cement 1. Each truck ticket shall bear the weight of cement measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of cement to the site. 1.11 FIELD [SITE] CONDITIONS A. Start cement application only when the air temperature is at least 35 degrees F and rising or is at least 40 degrees F. B. Measure temperature in the shade away from artificial heat. C. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20.2012 32 11 33 - 3 CEMENT TREATED BASE COURSES Page 3 of 7 I . Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. d. The City may sample and test project materials at any time before compaction. B. Cement: ASTM C150 Type I, 11 or JP. C. FIexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23 for the type and grade shown on the Drawings, before the addition of cement. D. Water: Furnish water free of industrial wastes and other objectionable material. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape existing material in accordance with applicable bid items to conform to typical sections shown on the Drawings and as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. Uniform Portland cement mixture, free from loose or segregated areas b. Uniform density and moisture content c. Well bound for full depth d. With smooth surface and suitable for placing subsequent courses 2. Maximum layer depth of cement treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 32 11 33 - 4 CEMENT TREATED BASE COURSES Page 4 of 7 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Slurry Equipment a. Use slurry tanks equipped with agitation devices for cement application. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 4. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times 3) Uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent by dry weight passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry weight passes allo. 4 sieve exclusive of gravel or stone retained in sieves. D. Cement Application 1. Spread by an approved dry or slurry method uniformly on the soil at the rate specified on the Drawings 2. If a bulk cement spreader is used, position by string lines or other approved method during spreading to insure a uniform distribution of cement. 3. Apply to an area that all the operations can be continuous and completed in daylight within 6-hours of initial application. 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of soil and cement during dry -mixing operations 5. Do not exceed the specified optimum moisture content for the soil and cement mixture. 6. No equipment, except that used in the spreading and mixing, allowed to pass over the freshly spread cement until it is mixed with the soil. E. Mixing 1. Thoroughly mix the material and cement using approved equipment. 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free from all clods and lumps. 3. Keep mixture within moisture tolerances throughout the operation. 4. Spread and shape the completed mixture in a uniform. layer. 5. After mixing, the City shall sample the mixture at roadway moisture and test in accordance with Tex 101 E, Part III, to determine compliance with the gradation requirements in Table 1. CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 146 Revised December 20, 2012 321133-5 CEMENT TREATED BASE COURSES Page 5 of 7 Table 1 Gradation Requirements Minimum % Passing Sieve size Base 1-3/4 in. 100 314 in. 85 No. 4 60 F. Compaction 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. 2. Compact material to at least 95-percent of the maximum density as determined by ASTM D698. 3. At the start of compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps shall be less than the quantity which shall cause the soil - cement mixture to become unstable during compaction and finishing. 4. When the uncompacted soil -cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. 5. The specified optimum moisture content and density shall be determined in the field on the representative samples of soil -cement mixture obtained from the area being processed. 6. .Final moisture content shall be within minus-2 to plus-4-of-optimum. 7. Begin compaction after mixing and after gradation and moisture requirements have been met. 8. Begin compaction at the bottom and continue until the entire depth of the mixture is uniformly compacted. 9. Uniformly compact the mixture to the specified density within 2-hours. 10. After the soil and cement mixture is compacted uniformly apply water as needed and thoroughly mix in. 11. Reshape the surface to the required lines, grades and cross section and then Iightly scarify to loosen any imprint left by the compacting or shaping equipment. G. Maintenance 1. Maintain the soil -cement treatment in good condition from the time it first starts work until all work shall is completed. 2. Maintenance includes immediate repairs of any defect that may occur after the cement is applied. 3. Maintenance work shall be done by the Contractor at the Contractor's expense and repeated as often as necessary to keep the area continuously intact. 4. Repairs are to be made in such a manner as to insure restoration of a uniform surface for the full depth of treatment. 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at least 2 inches, filling the area with treated material and compacting. 6. Remedy any low area of subbase or base shall by replacing the material for the full depth of subbase or base treatment rather than adding a thin layer of stabilized material to the completed work. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 32 11 33 - 6 CEMENT TREATED BASE COURSES Page of7 H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the cement -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller adding small increments of moisture as needed and until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. 5. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose material, conforming to the drawn grade and line shown on the Drawings. 6. After the final layer or course of the cement modified soil has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. 7. The completed section shall then be finished by rolling with a pneumatic tire or other suitable roller sufficiently to create micro cracking. f. Curing 1. General a. Cure for at least 48 hours. b. Maintain the moisture content during curing at no lower than 2 percentage points below optimum. Curing method depends on finished pavement type: a. Concrete pavement: 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing 3. Continue curing until paving operations begin. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of cement treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum), 4. City Project Representative determines density testing Iocations. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20. 2012 321133-7 CEMENT TREATED BASE COURSES Page 7 of 7 B. Depth Test 1. Take minimum of one core per 500 linear feet per each direction of travel staggering test Iocation in each lane to determine in -place depth. 2. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 I 321137-1 LIQUID SOIL STABILIZER Page I of 5 1 SECTION 32 1137 2 LIQUID SOIL STABILIZER 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Add -mixture, cement, water, and subgrade or base (with or without asphalt 7 concrete pavement) in the roadway. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I -- General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by the gallon of Liquid Treated Soil 18 Stabilizer. 19 2. Payment 20 a. The work performed and materials furnished in accordance with this 21 Item and measured as provided under "Measurement" will be paid for 22 at the unit price bid per gallon of Liquid Treated Soil Stabilizer. 23 3. The price bid shall include: 24 a. Furnishing all the liquid stabilizer products 25 b. Finishing 26 c. Mixing 27 d. Equipment 28 e. Curing 29 f. Hauling 30 g. Disposal CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Version August 21, 2015 3211 37 - 2 LIQUID SOIL STABILIZER Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Containers 10 1. Must be stored and handled in closed, weatherproof containers until 11 immediate distribution. 12 2. Must have adequate protection from theft, flooding or damage. 13 1.11 FIELD [SITE] CONDITIONS 14 A. Soil Environment 15 1. Liquid Soil Stabilizer may be used in soil environments with plasticity 16 indexes of 20 or greater. 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 20 2.2. MATERIALS 21 A. City Approved Products 22 1. Roadbond EN 1 Soil Stabilizer or approved equivalent. 23 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 30 A. Mix Design 31 1. The Design Engineer will designate a cement/add-mixture content that will 32 produce a stabilized mixture that meets the strength requirement. The 33 Engineer will determine the compressive strength of the proposed materials 34 in accordance with Tex-120-E, Part 1. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Version August 21, 2015 32 11 37 -3 LIQUID SOIL STABILIZER Page 3 of 5 1 2. The mix will not include more than 50% asphalt concrete. For bidding 2 purposes an 8" Depth Cement Treated Base requires 0.0075 GA/SY or 3 128SY/GA, 4 3.4 INSTALLATION 5 A. General 6 1. Uniformly place cement dry or as a slurry. Uniformly distribute Liquid 7 Soil Stabilizer and apply only on an area where the mixing, compacting, 8 and finishing operations can be completed during the same working day. 9 2. Do not start treatment operation unless the air temperature is at the 10 minimum application temperature and rising. The temperature will be 11 taken in the shade and way from artificial heat. Do not apply when, in the 12 opinion of the Engineer, weather conditions are unsuitable. 13 B., Dry Placing 14 1. Before applying cement, sprinkle the prepared roadway with diluted add- 15 mixture Liquid Soil Stabilizer until the desired quantity of diluted add- 16 mixture Liquid Soil Stabilizer is evenly distributed over the area to be 17 treated. If necessary, continue to sprinkle the treated area with water until 18 optimum moisture content is attained. Distribute the required quantity of 19 dry cement with approved equipment, at a uniform rate. Minimize 20 scattering of cement by wind. Do not apply cement when wind conditions, 21 in the opinion of the Engineer, cause blowing cement to become dangerous 22 to traffic or objectionable t adjacent property owners. 23 C. Slurry PIacing 24 1. Sprinkle the prepared roadway with diluted add -mixture Liquid Soil 25 Stabilizer uniformly by making successive passes over a measured section 26 of the roadway until the desired quantity of diluted add -mixture Liquid Soil 27 StabiIizer is evenly distributed over the area to be treated. Mix the 28 required quantity of cement with water, adjusting the amount of water in 29 order to account for the moisture placed on the roadway with the add- 30 mixture Liquid Soil Stabilizer as it relates to optimum moisture, as 31 approved. Produce slurry free of objectionable materials and with a 32 consistency that can be easily applied. Agitate the slurry continuously. 33 Apply slurry within 2 hours of adding water and not longer than 30 34 minutes after placement of the add -mixture Liquid Soil Stabilizer, and 35 when the roadway is at a moisture content drier than optimum. Dispense 36 and spread slurry uniformly by making successive passes over a measured 37 section of the roadway at the rate directed until the required cement content 38 is attained. 39 D. Mixing 40 1. Thoroughly mix the material, add -mixture Liquid Soil Stabilizer and 41 cernent using approved equipment. Mix until a homogeneous mixture is 42 obtained. Sprinkle the treated materials during the mixing operation, as 43 directed, to maintain optimum mixing moisture. Spread and shape the 44 completed mixture in a uniform layer. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Version August 21, 2015 321137-4 LIQUID SOIL STABILIZER Page 4 of 5 1 2. The Engineer will obtain a sample of the material at roadway moisture and 2 remove all non -slaking aggregates retained on a 3/4-in. sieve. The 3 remainder of the mixture must meet the pulverization requirements of 4 Table 1 when tested in accordance with Tex-101-E, Part III. When shown 5 on the plans or approved by the engineer, the pulverization requirement 6 may be waived when the material contains a substantial amount of 7 aggregate. 8 F. Compaction 9 1. Compact the mixture in one lift using ordinary compaction or density 10 control, as shown on the plans. Complete compaction within 2 hours after 11 the application of the add -mixture Liquid Soil Stabilizer. 12 2. Sprinkle the treated material in accordance with Item 204, "Sprinkling". 13 Adjust the moisture content of the mixture during compaction so that it is 14 within 2.0 percentage points of optimum as determined by Test Method 15 Tex-120-E, Part II. Determine the moisture content of the mixture at the 16 beginning and during compaction in accordance with Tex- I03-F. Adjust 17 operations if required. 18 3. Begin rolling longitudinally at the sides and proceed towards the center, 19 overlapping on successive trips by at least one-half the width of the roller 20 unit. On super -elevated curves, begin rolling at the low side and progress 21 toward the high side. Offset alternate trips of the roller. Operate rollers at 22 a speed between 2 and 6 miles per hour, as directed. 23 F. Ordinary Compaction 24 1. Roll with approved compaction equipment, as directed. Correct 25 irregularities, depressions, and weak spots immediately by scarifying the 26 areas affected, adding or removing treated material as required, reshaping, 27 and re -compacting. 28 G. Finishing 29 1. Immediately after completing compaction, clip, skin, or tight -blade the 30 surface of the add -mixture Liquid Soil Stabilization/cement treated 31 material with a maintainer or subgrade trimmer to a depth of approximately 32 1/4 in. Remove loosened material and dispose of at an approved location. 33 Roll the clipped surface immediately with a pneumatic tire roller until a 34 smooth surface is attained. Add small increments of water as needed 35 during rolling. Shape and maintain the course and surface in conformity 36 with the typical sections, lines and grades shown on the plans or as 37 directed. In areas where surfacing is to be placed, trim grade deviations 38 greater than 1/4 in. in cross section and 1/4 in. in 16 ft. measured 39 longitudinally for the entire width of the cross-section. Remove excess 40 material, reshape, and roll with a pneumatic tire roller. If material is more 41 than 1/4 in. Iow, correct as directed. Do not surface patch. 42 H. Curing CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Version August 21, 2015 9 321137-5 LIQUID SOIL STABILIZER Page 5 of 5 1 1. Maintain the moisture content of the finished section at no lower than 2 2 percentage points below optimum by sprinkling or by applying an asphalt 3 material at the rate of 0.05 to 0.20 gallons per square yard as directed, until 4 a subsequent course or pavement is placed or as otherwise directed. Do not 5 allow equipment on the finished course except as required to complete 6 curing, unless otherwise approved. At least 3 days of curing are required 7 before opening the finished section to traffic, unless otherwise shown on 8 the plans or directed. 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 A. Density Control 13 1. Compact to meet at least 95% of optimum density as determined in 14 accordance with Tex-120-E, Part II. The Engineer will determine roadway 15 density in accordance with Test Method Tex- 115-E and will verify strength 16 in accordance with Tex-120-E, Part 11. Remove and replace material that 17 does not meet density requirements and compact and test replacement 18 material in accordance with density control methods. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 27 28 29 END OF SECTION fRevision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COi 196 Version August21, 2015 321216-1 ASPHALT PAVING Page 1 of25 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Constructing a pavement layer composed of a compacted, dense -graded mixture of 7 aggregate and asphalt binder for surface or base courses 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 01 17 - Permanent Asphalt Paving Repair 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Asphalt Pavement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard square foot of 19 completed and accepted asphalt pavement in its final position for various: 20 a) Thicknesses 21 b) Types 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the 25 square foot price bid for asphalt paving, unit . e bid „yard. 26 c. The price bid shall include: 27 1) Shaping and fine grading the placement area 28 2) Furnishing, loading, unloading, storing, hauling and handling all materials 29 including freight and royalty 30 3) Traffic control for all testing 31 4) Asphalt, aggregate, and additive 32 5) Materials and work needed for corrective action 33 6) Trial batches 34 7) Tack coat 35 8) Removal and/or sweeping excess material 36 2. H.M.A.C. Transition 37 a. Measurement 38 1) meas- 39 . 40 b. Payment CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 321216-2 ASPHALT PAVING Page 2 of 25 1 1) The ftir-nished in this Hem work performed and materials aeeafdaftee with 2 [c » be fer 4 the and measured as provided under will paid tini! 3 . 4 c. Measurement and payment for this item shall be subsidiary to the various items 5 bid. No separate pay will be allowed for this item. 6 d. The price bid shall include: 7 1) Shaping and fine grading the roadbed 8 2) Furnishing, loading, unloading, storing, hauling and handling all materials 9 including freight and royalty I0 3) Traffic control for all testing 11 4) Asphalt, aggregate, and additive 12 5) Materials and work needed for corrective action 13 6) Trial batches 14 7) Tack coat 15 8) Removal and/or sweeping excess material 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3. Asphalt Base Course G[ f5 will be paid for at the un c. Measurement and payment for this item shall be subsidiary to the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. H.M.A.C. Pavement Level Up a. ale P+ b. Payment 1) The work performed and materials furnished in aeeorda-Ree with this Item and measured as provided undef [[ MeasuFemei4" will be paid fai: a+ the unit c. Measurement and payment for this item shall be subsidiary to the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Shaping and fine grading the roadbed CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 321216-3 ASPHALT PAVING Page 3 of25 1 2) Furnishing, loading, unloading, storing, hauling and handling all materials 2 including freight and royalty 3 3) Traffic control for all testing 4 4) Asphalt, aggregate, and additive 5 5) Materials and work needed for corrective action 6 6) Trial batches 7 7) Tack coat 8 8) Removal and/or sweeping excess material 9 S. H.M.A.C. Speed Cushion 10 - . - measurement 11 i-,) Measurement f6F this hem shall be pef eaeh H.M.A.C. Speed Cashia 12 imtalled. 13 b. Payment 14 15 and-lneasulred-as pFayided n .��t the t under �rzea.,urentent�i� �azc=civic 16 pfiee-bid per -eaeh-H-M A.C.;Peed Cushion installed and aeeeptedin its- 17 fines 18 c. Measurement and a ent for this itern shall be subsidiary to the various items 19 bid. No separate will be allowed for this item. 20 d. The price bid shall include: 21 1) Shaping and fine grading the roadbed 22 2) Furnishing, loading, unloading, storing, hauling and handling all materials 23 including freight and royalty 24 3) Traffic control for all testing 25 4) Asphalt, aggregate, and additive 26 5) Materials and work needed for corrective action 27 6) Trial batches 28 7) Tack coat 29 8) Removal and/or sweeping excess material 30 1.3 REFERENCES 31 A. Abbreviations and Acronyms 32 1. RAP (reclaimed asphalt pavement) 33 2. SAC (surface aggregate classification) 34 3. BRSQC (Bituminous Rated Source Quality Catalog) 35 4. AQMP (Aggregate Quality Monitoring Program) 36 5. H.M.A.C. (Hot Mix Asphalt Concrete) 37 6. WMA (Warm Mix Asphalt) 38 B. Reference Standards 39 1. Reference standards cited in this specification refer to the current reference standard 40 published at the time of the latest revision date logged at the end of this 41 specification, unless a date is specifically cited. 42 2. National Institute of Standards and Technology (MIST) 43 a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical 44 Requirements for Weighing and Measuring Devices 45 3. ASTM International (ASTM): CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 20I2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 321216-4 ASPHALT PAVING Page 4 of 25 a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the FIexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-92I-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 4 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. S 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 321216-5 ASPHALT PAVING Page 5 of25 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table 1. Table t Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specifier) High Temperature Binder Grade Subsurface Layers or Night Paving Operations Surface Layers Placed in Daylight Operations PG64 or lower 45 50 PG 70 55' 60' PG 76 or higher 60' 60' '-Contractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand held thermal camera or a hand held infrared thermometer operated in accordance with Tex-244-F to demonstrate to the satisfaction of the City that the uncompacted mat has no more than 10' F of thermal segregation. 2. Unless otherwise shown on the Drawings, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the City. CITY OF FORT WORTH Riverside Community Park Phase 1 improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 32 12 16 - 6 ASPHALT PAVING Page 6 of25 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. 4. When the Contractor makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at least 2 times the nominal maximum aggregate size. B. Aggregate 1. General a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the Drawings. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the Drawings. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify Contractor test results. k. Stockpile aggregates for each source and type separately and designate for the City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No, COI 196 Revised December 20, 2012 32 12 16 - 7 ASPHALT PAVING Page 7 of25 Table 2 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, percent, max Tex-217-F, Part 1 1.5 Decantation, percent, max Tex-217-F, Part II 1.5 Micro-DevaI abrasion, percent, max Tex-46I -A Note 1 Los An eles abrasion, percent, max Tex-410-A 40 Magnesium sulfate soundness, 5 c Iles, percent, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, percent, min Tex 460-A, Part I 3 85 Flat and elongated particles 5: 1, percent, max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent, max I Tex- 107-E 3 Combined Aggregate Sande uivalent, percent, min I Tex-203-F 45 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the Drawings. 3. Unless otherwise shown on the Drawings. Only applies to crushed gravel. 1 m. Coarse Aggregate 2 1) Coarse aggregate stockpiles must have no more than 20 percent material 3 passing the No. 8 sieve. 4 2) Maximum aggregate size should not be over half of the proposed lift depth 5 to prevent particle on particle contact issues. 6 3) Provide aggregates from sources listed in the BRSQC. 7 4) Provide aggregate from unlisted sources only when tested by the City 8 and/or approved before use. 9 5) Allow 30 calendar days for the City to sample, test, and report results for 10 unlisted sources. 11 6) Class B aggregate meeting all other requirements in Table 2 may be 12 blended with a Class A aggregate in order to meet requirements for Class A 13 materials. 14 7) When blending Class A and B aggregates to meet a Class A requirement, 15 ensure that at least 50 percent by weight of the material retained on the 16 No. 4 sieve comes from the Class A aggregate source. 17 8) Blend by volume if the bulk specific gravities of the Class A and B 18 aggregates differ by more than 0.300. 19 9) When blending, do not use Class C or D aggregates. 20 10) For blending purposes, coarse aggregate from RAP will be considered as 21 Class B aggregate. 22 11) Provide coarse aggregate with at least the minimum SAC shown on the 23 Drawings. 24 12) SAC requirements apply only to aggregates used on the surface of travel 25 lanes, unless otherwise shown on the Drawings. 26 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 27 1) No RAP permitted for TYPED H.M.A.C. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 321216-8 ASPHALT PAVING Page 8 of 25 1 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 2 shown on the Drawings. 3 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 4 sieve. 5 4) RAP from either Contractor or City, including RAP generated during the 6 project, is permitted only when shown on the Drawings. 7 5) City -owned RAP, if allowed for use, will be available at the location 8 shown on the Drawings. 9 6) When RAP is used, determine asphalt content and gradation for mixture 10 design purposes. 11 7) Perform other tests on RAP when shown on the Drawings. 12 8) When RAP is allowed by plan note, use no more than 30 percent RAP in 13 Type A or B mixtures unless otherwise shown on the Drawings. 14 9) Do not use RAP contaminated with dirt or other objectionable materials. 15 10) Do not use the RAP if the decantation value exceeds 5 percent and the 16 plasticity index is greater than 8. 17 11) Test the stockpiled RAP for decantation in accordance with the laboratory 18 method given in Tex-406-A, Part I. 19 12) Determine the plasticity index using Tex-106-E if the decantation value 20 exceeds 5 percent. 21 13) The decantation and plasticity index requirements do not apply to RAP 22 samples with asphalt removed by extraction. 23 14) Do not intermingle Contractor -owned RAP stockpiles with City -owned 24 RAP stockpiles. 25 15) Remove unused Contractor -owned RAP material from the project site upon 26 completion of the project. 27 16) Return unused City -owned RAP to the designated stockpile location. 28 o. Fine Aggregate 29 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 30 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 31 3) Supply fine aggregates that are free from organic impurities. 32 4) The City may test the fine aggregate in accordance with Tex-408-A to 33 verify the material is free from organic impurities. 34 5) At most 15 percent of the total aggregate may be field sand or other 35 uncrushed fine aggregate. 36 6) With the exception of field sand, use fine aggregate from coarse aggregate 37 sources that meet the requirements shown in Table 2, unless otherwise 38 approved. 39 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the 40 stockpile and verify that it meets the requirements in Table 1 for coarse 41 aggregate angularity (Tex-460-A) and flat and elongated particles 42 (Tex-280-F). CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. CO1196 Revised December 20, 2012 3212 16 - 9 ASPHALT PAVING Page of25 Table 3 Grarlatinn RPtvnirementc Mr Fine Aooreuate Sieve Size percent Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2 2. Mineral Filler 3 a. Mineral filler consists of finely divided mineral matter such as agricultural 4 lime, crusher fines, hydrated lime, cement, or fly ash. 5 b. Mineral filler is allowed unless otherwise shown on the Drawings. 6 c. Do not use more than 2 percent hydrated lime or cement, unless otherwise 7 shown on the Drawings. The Drawings may require or disallow specific 8 mineral fillers. When used, provide mineral filler that: 9 1) is sufficiently dry, free -flowing, and free from clumps and foreign matter; 10 2) Does not exceed 3 percent linear shrinkage when tested in accordance with 11 Tex-107-13; and meets the gradation requirements in Table 4. 12 Table 4 13 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 4200 55-100 14 15 3. Baghouse Fines 16 a. Fines collected by the baghouse or other dust -collecting equipment may be 17 reintroduced into the mixing drum 18 4. Asphalt Binder 19 a. Furnish the type and grade of performance -graded (PG) asphalt binder specified 20 as follows: 21 1) Performance -Graded Binders (PG Binders) 22 a) Must be smooth and homogeneous 23 b) Show no separation when tested in accordance with Tex-540-C 24 c) Meet Table 5 requirements CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Reviser! December 20, 2012 N ' nN � 0 0 N riN 0 � V � i lfl O m ' nM C> N ' kn n m o j �; n Cl) � i N n N Cl00 u C9 O o N Ln 0 0 I L � M n M O M n M OM 1+1 00 In , f7 00 00 N , n N U N A N U o U o ^C u y L] U ;:a u d Cd o O d C .-N d u u Y Y O W .. N cad G Lr�41 4.1 y o M �r � CL CD cu �riFl�] al 0 Q Y .4 w w Q. U 0 m r- N O N O N v 32I216-12 ASPHALT PAVING Page 12 of 25 2 b. Separation testing is not required if- 3 1) A modifier is introduced separately at the mix plant either by injection in 4 the asphalt line or mixer, 5 2) The binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in -line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat 9 a. Unless otherwise shown on the Drawings or approved, furnish CSSAH, SSAH, 10 or a PG binder with a minimum high -temperature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2.A.5. 12 6. Additives 13 a. General 14 1) Wien shown on the Drawings, use the type and rate of additive specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt -stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling, or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) Properly labeled and unopened containers, as shipped from the 25 manufacturer, or 26 b) Sealed tank trucks with an invoice to show contents and quantities 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range, and 32 (4) Handling and storage instructions 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by 1rleans of an in -line -metering device. 38 c. Liquid Asphalt Additive Meters 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material, and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements 46 1) Unless otherwise shown on the Drawings, use the typical weight design 47 example given in Tex-204-F, Part I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTI3 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 1 2 3 4 5 r 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 321216-13 ASPHALT PAVING Page 13 of 25 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passim by Weight or Volume) and Volumetric Pronertiec Sieve Size B Fine Base C Coarse Surface D Fine Surface lip" 98.0-100.0 — — 3/4" 84.0-98.0 95.0100.0 1/2" — — 98.0-100.0 3/8" 60.0-80.0 70A-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0 70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 930 13.0 28.0 14.0-28.0 15.0-29.0 #50 6.0 20.0 7.0--21.0 7.0--20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMAI, percent Minimum — 13.0 1 14.0 15.0 Plant -Produced VMA, percent Minimum — 12.0 1 13.0 14.0 1. Voids in Mineral Aggregates. Table 7 Laboratory Mixture Design Pronerties Property Test Requirement Method Target laboratory -molded density, percent Tex-207-F 96.01 Tensile strength (dry), psi (molded to 93 Tex-226-F 2 85 200 percent =Q percent density) Boil testa I Tex-530-C 1. Unless otherwise shown on the Drawings. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the Contractor's option unless otherwise shown on the Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 3212 i6-14 ASPIiALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Equipment 1. General a. Provide required or necessary equipment to produce, haul, place, compact, and. core asphalt concrete pavement. b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment a. Provide: 1) Drum -mix type, weigh -batch, or modified weigh -batch mixing plants that ensure a uniform, continuous production 2) Automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions 3) Visible readouts indicating the weight or volume of asphalt and aggregate proportions 4) Safe and accurate means to take required samples by inspection forces 5) Permanent means to check the output of metering devices and to perform calibration and weight checks 6) Additive -feed systems to ensure a uniform, continuous material flow in the desired proportion 3. Weighing and Measuring Equipment a. General 1) Provide weighing and measuring equipment for ]materials measured or proportioned by weight or volume. CITY OF FORT WORTH Riverside Community Park Phase I improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, CO1196 Revised December 20, 2012 32 12 16 -15 ASPHALT PAVING Page 15 of25 1 2) Provide certified scales, scale installations, and measuring equipment 2 meeting the requirements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak -free weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 1 I that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggregate. 14 d. Suspended Hopper 15 1) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact weight per batch. 17 2) Ensure the scale equipment is level. 18 c. Belt Scales 19 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 20 percent based on the average of 3 test runs, where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 f Asphalt Material Meter 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or weight of asphalt material. 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes, ensure the accuracy of 27 the meter is within 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters 31 1) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material, and liquid additives. 33 2) Furnish a meter that reads in increments of 0,1 gallon or less. 34 3) Verify accuracy of the meter in accordance with Tex 923-K. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System 39 1) Provide: 40 a) A minimum of I cold aggregate bin for each stockpile of individual 41 materials used to produce the mix 42 b) Bins designed to prevent overflow of material 43 c) Scalping screens or other approved methods to remove any oversized 44 material, roots, or other objectionable materials 45 d) A feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer 47 e) An integrated means for moisture compensation 48 f) Belt scales, weigh box, or other approved devices to measure the 49 weight of the combined aggregate CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 321216-16 ASPHALT PAVING Page 16 of 25 1 g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt Pavement (RAP) Feed System 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System 6 l ) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating, Drying, and Mixing Systems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage 16 c) A heating system that completely burns fuel and leaves no residue 17 d) A recording thermometer that continuously measures and records the 18 mixture discharge temperature 19 e) Dust collection system to collect excess dust escaping from the drum. 20 e. Asphalt Binder Equipment 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperature point. 24 3) Produce a 24 hour chart of the recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer. 28 Supply an additional sampling port between any additive blending device 29 and mixer. 30 f. Mixture Storage and Discharge 31 1) Provide a surge -storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) Date 37 b) Project identification number 38 c) Plant identification 39 d) Mix identification 40 e) Vehicle identification 41 f) Total weight of the load 42 g) Tare weight of the vehicle 43 h) Weight of mixture in each load 44 i) Load number or sequential ticket number for the day 45 g. Truck Scales 46 1) Provide standard platform scales at an approved location. 47 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 48 "Drum -Mix PIants," except as required below: 49 a. Screening and Proportioning CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised December 20, 2012 321216-17 ASPHALT PAVING Page 17 of 25 1 1) Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bins that discard excessive and oversized material through 4 overflow chutes. 5 b) Provide safe access for inspectors to obtain samples from the hot bins. 6 b. Aggregate Weigh Box and Batching Scales 7 1) Provide a weigh box and batching scales to hold and weigh a complete 8 batch of aggregate. 9 2) Provide an automatic proportioning system with low bin indicators that 10 automatically stop when material level in any bin is not sufficient to 11 complete the batch. 12 c. Asphalt Binder Measuring System 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer 16 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. 22 a. Aggregate Feeds 23 1) Aggregate control is required at the cold feeds. Hot bin screens are not 24 required. 25 b. Surge Bins 26 1) Provide 1 or more bins large enough to produce 1 complete batch of 27 mixture. 28 c. Hauling Equipment 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary, coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted, other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver 40 a. General 41 1) .Furnish a paver that will produce a finished surface that meets Iongitudinal 42 and transverse profile, typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic, dual, longitudinal -grade control system 48 and an automatic, transverse -grade control system. 49 b. Tractor Unit CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 321216-18 ASPHALT PAVING Page 18 of 25 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile, typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1116 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski, mobile string line, or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt 24 paver. 25 c. When used, provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augers, or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 10. Motor Grader a. When allowed, provide a self-propelled grader with a blade length of at least 12 feet and a wheelbase of at least 16 feet. 11. Handheld Infrared Thermometer a. Provide a handheld infrared thermometer meeting the requirements of Tex-244-F. 12. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 321216-19 ASPHALT PAVING Page 19 of 25 1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. 11 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment 14 a. When coring is required, provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction 17 1. Design, produce, store, transport, place, and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the Drawings, provide the mix design. 20 3. The City will perform quality assurance (QA) testing. 21 4. Provide quality control (QC) testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations 24 1. General 25 a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances 29 a. Stop production if testing indicates tolerances are exceeded on any of the 30 following: 31 1) 3 consecutive tests on any individual sieve 32 2) 4 consecutive tests on any of the sieves 33 3) 2 consecutive tests on asphalt content 34 b. Begin production only when test results or other information indicate, to the 35 satisfaction of the City, that the next mixture produced will be within Table 9 36 tolerances. 37 3. Storage and Heating of Materials 38 a. Do not heat the asphalt binder above the temperatures specified in Section 39 2.2.A. or outside the manufacturer's recommended values. 40 b. On a daily basis, provide the City with the records of asphalt binder and hot- 41 mix asphalt discharge temperatures in accordance with Table 10. 42 c. Unless otherwise approved, do not store mixture for a period long enough to 43 affect the quality of the mixture, nor in any case longer than. 12 hours. 44 4. Mixing and Discharge of Materials 45 a. Notify the City of the target discharge temperature and produce the mixture 46 within 25 degrees F of the target. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. CO1196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3212 16 - 20 ASPHALT PAVING Page 20 of 25 b. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 350 degrees F. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. D. .Placement Operations l . Place the mixture to meet the typical section requirements and produce a smooth, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. Hand -placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 9, unless otherwise shown on the Drawings or otherwise directed. Table 9 Compacted Lift Thickness and Required Core Heizht Mixture Type Compacted Lift Thickness Minimum in. Maximum in. B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 9. Tack Coat a. CIean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. c. Roll the tack coat with a pneumatic -tire roller when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. g. The City may suspend paving operations until there is adequate adhesion. h. The tack coat should be placed with enough time to break or set before applying hot mix asphalt layers. i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 321216-21 ASPHALT PAVING Page 21 of 25 j. When a tacked road surface must be opened to traffic, they should be covered with sand to provide friction and prevent pick-up. k. A typical rate for applying a sand cover is 4 to 8 Ibs/square yard. 10. General placement requirements a. Material should be delivered to maintain a relatively constant head of material in front of the screed. b. The hopper should never be allowed to empty during paving. c. Dumping wings between trucks not allowed. Dispose of at end of days production. E. Lay -Down Operation 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 10 Suggested Minimum Mixture Placement Temnerature High -Temperature Minimum Placement Temperature Binder Grade (Before Entering Paver PG 64 or lower 260OF PG 70 270OF PG 76 280°F PG 82 or higher 290OF F. Compaction 1. Use air void control unless ordinary compaction control is specified on the Drawings. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. 3. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. 4. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 6. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 inches. 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. 8. The City may require rolling with a trench roller on widened areas, in trenches, and in other Iimited areas. 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 321216-22 ASPHALT PAVING Page 22 of 25 10. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 11. Air Void Control a. General 1) Compact dense -graded hot -mix asphalt to contain from 5 percent to 9 percent in -place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers 1) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the Drawings. 3) Use additional rollers as required to remove any roller marks. c. Air Void Determination 1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at each location selected by the City for in -place air void determination. 2) The City will measure air voids in accordance with Tex.-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. d. Air Voids Out of Range 1) If the in -place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in -place air void content within requirements. e. Test Section 1) Construct a test section of 1 lane -width and at most 0.2 miles in length to demonstrate that compaction to between 5 percent and 9 percent in -place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in - place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in -place air void content is placed, resume full production. 12. Ordinary Compaction Control a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, fart W, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the Drawings and specifications. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 3212 16 - 23 ASPHALT PAVING Page 23 of 25 1 f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement, overlapping on successive trips by 5 at least I ft., unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On superelevated curves, begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including, but not limited to segregation, rutting, 11 raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 12 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify irregularities, and in such cases, the City shall promptly 15 notify the Contractor. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance, the City may require the Contractor to remove and replace (at the 18 Contractor's expense) areas of the pavement that contain the irregularities and areas I9 where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected, the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than 1 day while the Contractor is taking appropriate corrective action. 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City, remove and 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 28 3.5 REPAIR 29 A. See Section 32 01 17. 30 3.6 QUALITY CONTROL 31 A. Production Testing 32 1. Perform production tests to verify asphalt paving meets the performance standard 33 required in the Drawings and specifications. 34 2. City to measure density of asphalt paving with nuclear gauge. 35 3. City to core asphalt paving from the normal thickness of section once acceptable 36 density achieved. City identifies location of cores. 37 a. Minimum core diameter: 4 inches 38 b. Minimum spacing: 200 feet 39 c. Minimum of 1 core every block 40 d. Alternate lanes between core 41 4. City to use cores to determine pavement thickness and calculate theoretical density. 42 a. City to perform theoretical density test a minimum of 1 per day per street. 43 B. Density Test 44 1. The average measured density of asphalt paving must meet specified density. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 32 12 16 - 24 ASPHALT PAVING Page 24 of 25 2. Average of measurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the Contractor's expense as show in Table 11. Table 11 Dcnsitv Pavment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75- ercent 91-93 100- ercent 94 90- ercent 95 75- ercent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 3. The amount of penalty shall be deducted from payment due to Contractor. 4. These requirements are in addition to the requirements of Article 1.2. C. Pavement Thickness Test 1. City measure each core thickness by averaging at least 3 measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 4. The cost for additional coring test shall be at the salve rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. CITY OF FORT WORTH Riverside Community Park Phase i improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 3212 16 - 25 ASPHALT PAVING Page 25 of 25 1 Table 12 2 Thickness Deficiencv Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 10 percent 90 percent Greater Than 10 percent - Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor as directed by City. 3 4 6. If, in the judgment of the City, the area of such deficiency warrants removal, the 5 area shall be removed and replaced, at the Contractor's entire expense, with asphalt 6 paving of the thickness shown on the Drawings. 7 7. No additional payment over the contract unit price shall be made for any pavement 8 of a thickness exceeding that required by the Drawings. 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified items to be included in price bid CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 SECTION 32 13 13 CONCRETE PAVING PART1- GENERAL 1.1 SUMMARY 321313-1 CONCRETE PAVING Page 1 of23 A. Section includes: 1. Finished pavement constructed of portland cement concrete including monolithically poured curb on the prepared subgrade or other base course. B. Deviations from this City of Fort Worth Standard Specification 1. 1.1.A — Section Includes 2. 1.2.A.3.i — Payment 3. 1.2.B — Measurement and Payment 4. 1.2.0 — Measurement and Payment 5. 1.C.5 —Related Specifications 6. 2.2.1, Color Materials 7. 2.2.M — Imprinting Tools 8. 3.4.14.3 — Color Finishing 9. 3.4.M — Texturing/Stamping 10. 3.4.N — Decorative Concrete Pavement Schedule 11. 3.4 O. - Mow Strips C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 0129 - Concrete Paving Repair 4. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Concrete Pavement 1. Measurement a. Measurement for this Item shall be by the squafe yafd percentage of lump sum completed and accepted Concrete Pavement in its final position as illustrated on the plans measuved fre back f,.urb for various: 1) Classes 2) Thicknesses 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid unit price bid r square yard of for Concrete Pavement. 3. The price bid shall include: a. Shaping and fine grading the placement area b. Furnishing and applying all water required CITY OF FORT WORTH Riverside Community Park Pbase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 32 13 13-2 CONCRETE PAVING Page 2 of 23 c. Furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved d. Mixing, placing, finishing and curing all concrete e. Furnishing and installing all reinforcing steel f. Furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the Drawings g. Sealing joints h. Monolithically poured curb i. Cleanup B. 12" Concrete Mowstrip Measurement a. Measurement for this Item shall be by the Dercentaae of lumv sum completed and accepted Concrete Mowstrip in its final position as illustrated on the plans for various: 1) Classes 2) Thicknesses 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for 12" Concrete Mowstrip. 3. The price bid shall include: a. Shaping and fine grading the placement area b. Furnishing and applying all water required c. Furnisbin , loading and unloading, storing, toring, hauling and handling aII concrete ingyedients including all freight and realty involved d. Mixin , placinlz, finishing and curia all concrete e. Furnishing and installing; all reinforcing steel f Furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting; the steel bar, Ioad transmission units, and joint filler material in the proper position; for coating steel bars where required by the Drawings g. Sealing joints h. Monolithically poured curb i. Cl, eanup 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM international (ASTM): a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCI IMFNTS City Project. No, CO1196 Revised September 10, 2014 3213 13 - 3 CONCRETE PAVING Page 3 of 23 c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete £ C94/C94M, Standard Specifications for Ready -Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 1, C494, Chemical Admixtures for Concrete, Types "A», «D», «F» and "G» in. C618, Coal Fly Ash and Raw or Calcined Natural PozzoIan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete p. C 1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. See Item 2A.A. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] L11 FIELD CONDITIONS A. Weather Conditions 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C1064 at point of placement. 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September I0, 2014 321313-4 CONCRETE PAVING Page 4 of 23 b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. ,See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cementitious Material: ASTM C150. B. Aggregates: ASTM C33. C. Water: ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air -Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C61.8, E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 3213 13 - 5 CONCRETE PAVING Page 5 of 23 Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon 6-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxH1 CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 321313-6 CONCRETE PAVING Page of23 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. 1. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between Iongitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the Drawings; the width shall be not less than that shown on the Drawings, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials Membrane -Forming Compounds. a. Conform to the requirements of ASTM C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound shall produce a firm, continuous uniform moisture -impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious film without running off or appreciably sagging. e. It shall not disintegrate, check, peel or crack during the required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01146 Revised September 10, 2074 321313-7 CONCRETE PAVING Pagel of23 g. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. h. When tested in accordance with ASTM C 15 6 Water Retention by Concrete Curing Materials, the liquid membrane -forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. L. Color Materials 1. Color Pigment: See Section 03 35 19 M. Imprinting Tools 1. Stamp Mats:_ Semirigid polyurethane mats with projecting textured and ridged underside_ capable of imprinting texture and joint patterns on plastic concrete. Contractor to coordinate with City for final pattern selection and provide mock-up for review in field. a. Approved Manufacturers: 1) Scofield L.M. Company 2) Approved equal 2. Stamp Tools: Open -grid, aluminum or rigid plastic stamp tool capable of imprinting joint patterns on plastic concrete. Contractor to coordinate with City for final pattern selection and provide mock-up for review in field. a. Approved Manufacturers: 1) Scofield L.M. Company 2) Approved equal 3. Rollers: Manually controlled, water -filled aluminum rollers with projecting ridges on drum capable of imprinting texture and joint patterns on plastic concrete. Contractor to coordinate with City for final pattern selection and provide mock-up for review in field. a. Available Manufacturers: 1) Scofield L.M. Company 2) Approved equal 4. Texture Rollers: Manually controlled, abrasion -resistant polyurethane rollers capable of imprinting texture on plastic concrete. Contractor to coordinate with City for final pattern selection and provide mock up for review in field. a. Available Manufacturers: 1) Scofield L.M. Company 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Mix Design Concrete Mix Design and Control a. At least 10 calendar days prior to the start of concrete paving operations, the Contractor shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall produce a quality concrete complying with these specifications and shall include the following information: CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 321313-8 CONCRETE PAVING Page 8 of23 1) Design Requirements and Design Summary 2) Material source 3) Dry weight of cement/cubic yard and type 4) Dry weight of fly ashlcubic yard and type, if used 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6) Design water/cubic yard 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8) Current strength tests or strength tests in accordance with ACI 318 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests 10) Fineness modulus of fine aggregate 11) Specific Gravity and Absorption Values of fine and coarse aggregates 12) L.A. Abrasion of coarse aggregates c. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. d. No concrete may be placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete a. Consistency 1) In general, the consistency of concrete mixtures shall be such that: a) Mortar shall cling to the coarse aggregate b) Aggregate shall not segregate in concrete when it is transported to the place of deposit c) Concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free water when removed from the mixer e) Concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal f) Surface of the finished concrete shall be free from a surface film or laitance 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, or the Contractor may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No, CO1196 Revised September 10, 2014 321313-9 CONCRETE PAVING Page 9 of23 7) The Contractor is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class 1) Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table: Standard CIasses of Pavement Concrete Class of Minimum 28 Day Min, Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. 3) No strength overdesign is required. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 32 13 13 -10 CONCRETE PAVING Page ] 0 of 23 I Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Pavin 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement a. Fixed -form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 321313-11 CONCRETE PAVING Page 11 of 23 b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (name and location) CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 3213 13 - 12 CONCRETE PAVING Page 12 of 23 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade 1. When manipulation or treatment of subgrade is required on the Drawings, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. S. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. 9. The Contractor shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the Contractor shall maintain the subgrade moisture and density in accordance with this Section. 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D. Placing and Removing Forms 1. Placing Forms a. Forms for machine -laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection_ 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 3213 13 - 13 CONCRETE PAVING Page 13 of23 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-112 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars General a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the Drawings. b. All reinforcing steel shall be clean, free frorn rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the Drawings. c. Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and Ioad- transmission unit intersected. d. All bars shall be installed in their required position as shown on the Drawings. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for minimum lap of spliced bars where not specified on the Drawings. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, C01196 Revised September 10, 2014 321313-14 CONCRETE PAVING Page 14 of 23 Installation of Reinforcing Steel a. All reinforcing bars and bar plats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the Drawings. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the Drawings and shall be approved by the City prior to extensive fabrication. c. After the reinforcing steel is securely installed above the subgrade as specified in Drawings and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. Installation of Dowel Bars a. Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. C. Dowel Caps 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. 5. Tie Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 3213 13 -15 CONCRETE PAVING Page 15 of23 a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. b. Joints shall be of the design width, and spatting shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. c. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (114 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the Drawings. £ Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions, g. if sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised September 10, 2014 3213 13 - 16 CONCRETE PAVING Page 16 of 23 e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. 8. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the type shown on the Drawings. 9. Joint Filler a. Joint filler shall be as specified in 2.2.1 of the size and shape shown on the Drawings. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. c. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the Drawings. h. After the removal of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 10. Joint Scaling. Routine pavement joints shall be filled consistent with paving details and as specified in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer's recommendations as specified in Section 32 1373. G. Placing Concrete I. Unless otherwise specified in the Drawings, the finished pavement shall be constructed monolithically and constructed by machined laid method unless impractical. 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the required depth and for the entire width of the pavement by shoveling or other approved methods. 3. Any concrete not placed as herein prescribed within the time limits in the following table will be rejected. Time begins when the water is added to the mixer. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 3213 13 - 17 CONCRETE PAVING Page 17 of 23 Temperature — Time Requirements Concrete Temperature (at point ofplacement) Max Time — minutes no retarding age Max Time — minutes with retarding a ent 1 Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by city 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3 A.F.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1 /8 inch. 4) Any surface not within the tolerance limits shall be reworked and refinished. b. Edging 1) The edges of slabs and all joints requiring edging shall be carefully tooled with an edger of the radius required by the Drawings at the time the concrete begins to take its "set" and becomes non -workable. 2) All such work shall be Ieft smooth and true to lines. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 3213 13 - 18 CONCRETE PAVING Page 18 of 23 2. Hand a. Hand finishing permitted only in intersections and areas inaccessible to a finishing machine. b. When the hand method of striking off and consolidating is permitted, the concrete, as soon as placed, shall be approximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown on the Drawings. c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein. Integrally Colored Concrete Finish a. Integrally Colored Concrete Finish: After final floating, apply a hand -trowel finish followed by a broom finish to concrete. 1) Burlap Finish: Drag a seamless strip of damp burlap across float -finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2) Medium -to -Fine -Textured Broom Finish: Draw a soft bristle broom across float -finished concrete surface, perpendicular to line of traffic, to provide a uniform, fine -line texture. 3) Medium -to -Coarse -Textured Broom Finish: _ Provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch (1.6 to 3 mm) deep with a stiff -bristled broom, perpendicular to line of traffic. b. See also Section 03 35 13 1. Curing 1. The curing of concrete pavement shall be thorough and continuous throughout the entire curing period. 2. FaiIure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the Contractor. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. CITY OP PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 W 32 13 13 - 19 CONCRETE PAVING Page 19 of 23 10. When tested in accordance with ASTM C 156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11. Contractor shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the Drawings, and with the following additional provisions: a. AIley paving shall be constructed to the typical cross sections shown on the Drawings. b. Transverse expansion joints of the type shown on the Drawings shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the Drawings. d. Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 1. Pavement Ieaveouts as necessary to maintain and provide for local traffic shall be provided at location indicated on the Drawings or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. M. Texturing/Stamping Mat Stamping;: While initially finished concrete is plastic, accurately align and place stamp mats in sequence. Uniformly load mats and press into concrete to produce required imprint pattern and depth of imprint on concrete surface. Remove stamp mats immediately. Hand stampedges and surfaces_ unable to be imprinted by stamp mats. a. Remove unembedded release agent no fewer than three days after stamping concrete. High pressure wash surface and joint patterns, taking care not to damage stamped concrete. Control, collect, and legally dispose of runoff. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 32 13 13 - 20 CONCRETE PAVING Page 20 of 23 2. TooI Stamping: While initially finished concrete is plastic, cover surface with polyethylene film, stretch taut to remove wrinkles, lap sides and ends 3 inches (75 mm), and secure to edge forms. Lightly broom surface to remove air bubbles. Accurately align and place stamp tools in sequence and tamp into concrete to produce required imprint pattern and depth of imprint on concrete surface. Remove stamp tools immediately. Hand stamp edges and surfaces unable to be imprinted by stamp tools. Unroll and remove polyedhylene film immediately after tool stamping a. Antiquing Agent: Apply over liquid release agent according to manufacturer's written instructions. 3. Roller Texturing: While initially finished concrete is plastic, cover surface with polyethylene film, stretch taut to remove wrinkles, lap sides and ends 3 inches (75 mm), and secure to edge forms. Lightly broom surface to remove air bubbles. Accurately align roller and repeat rolling_ operation to produce required imprint pattern and depth of imprint on concrete surface. Hand stamp surfaces inaccessible to roller. Unroll and remove polyethylene film immediately after roller stamping. a. Antiquing_Agent: Apply over liquid release agent according to manufacturer's written instructions. N. Decorative Concrete Pavement Schedule a. Textured/Stalnped Decorative Cement Concrete Pavement. in natural stone pattern (submit sample to City for Approval) 1) Locations indicated on plans. a) Coloring Method: Integrally colored (1) Color: As noted on plans and in Section 03 35 19 O. Mow Strips 1. Mow Strips shall be constructed to the tvpical cross sections shown on the Drawings. 2. Expansion joints shall be provided at all connections to adjacent curbs or pavement. 3. All joints shall be constructed in accordance with this specification. 4. Concrete to be 3000 PSI, trowel finish 3.5 REPAIR A. Repair of concrete pavement concrete shall be consistent with the Drawings and as specified in Section 32 0129. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Concrete Placement 1. Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH Riverside Community Park Phase I improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01 196 Revised September 10, 2014 32 13 13 - 21 CONCRETE PAVING Page 21 of 23 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the Contractor's expense at the same rate charged by the commercial laboratories. 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Determined by Cores Proportional Part Of Contract Price Inches AIlowed 0.00 — 0.20 100 percent 0.21— 0.30 80 percent 0.31 — 0.40 70 percent 0.41-- 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D. Pavement Strength Test CITE' OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 3213 13 -22 CONCRETE PAVING Page 22 of 23 I . During the progress of the work the City shall provide trained technicians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. 2. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. 3. In each set, I of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 28 days, and I cylinder shall be held or tested at 56 days, if necessary. 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100 percent of the minimum specified strength, with no individual core resulting in less than 90 percent of design strength, to override the results of the cylinder tests. 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the Contractor's expense as show in the following table. Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 14 percent 90 ercent Greater Than ID 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 The amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defray the cost of extra maintenance. The strength requirements for structures and other concrete work are not altered by the special provision. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the Drawings and/or specifications. E. Cracked Concrete Acceptance Policy 1. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. Z. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. CITY OF FORT WORTH Riverside Community Park Phaso I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 321313-23 CONCRETE PAVING Page 23 of 23 3. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 4. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the Contractor will perform that work at the agreed -upon price if the City elects to do so. 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50 percent of the proposed costs of the geotechnical contract with the City. The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties. 6. If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 7. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed -upon price as directed by the City. 3.8 -3.14 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2. A. — Modified items to be included in paace bid CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 32 13 20 - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRTER FREE RAMPS Page 1 of6 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps 4. PVC Irrigation Sleevin B. Deviations from this City of Fort Worth Standard Specification. 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised April 30, 2013 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 4) Gur-b on dfive will be ineluded in the driveway measurement. 9'1 y,t: � ➢., CLyTlFtiAAF and fneastii:ed as pfavided under "Measurement" will be paid for at the pfien bid p squafe fo, Of G.,nefetn llr;v n e. The p n bid shall i nlude- 11) E-x�-fling and pfepafiog the snbga& 2) FuFp;sb ing and placing all „n.,twi als Barrier Free Ramps a. Measurement ,-.t 1) Measurement for this item shall be per each BaFrier Free Ramp complete and accepted for various: a) Types b. PayxizefA F A n d +.,,.in 1n f.,.„inb, n.l .l n„nn 'tb, 41,'n 14 n.,.. iT @=tir'vrii�i crzarxixca-cm�ixaccnuxo�-cmzxoncazir-accvi�nxxcc�r'=rn cra�zcnx cc v pr-iee bid per- aeh GGRarrieF Aron Ramp" installed c. Measurement and payment for this item shall be subsidiary to "Pedestrian Paving and Sidewalks", and the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 4. PVC Irrigation Slepy na a. Measurement and_payment for PVC irrigation sleeving shall be per linear foot of sleeve installed, complete and in place, as shown on the plans. 1.3 REFERENCES A. Abbreviations and Acronyms 1. TAS ---Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised April 30, 2013 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum 1 Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY StrengtW Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. j D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2, Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. b. Pre -molded asphalt board faller: ASTM D545. c. InstaIl the required size and uniform thickness and as specified in Drawings. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised April 30, 2013 32 13 20 - 4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. F. Underdrain: Provide Schedule 40 PVC underdrains as shown on the drawings, and as needed for drainage. This item is subsidiary to the pedestrian paving and sidewalks bid item. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 n EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as tailed for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised April 30, 2013 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 D. Concrete Placement: see Section 32 13 13. E. Finishing I. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. AlI expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp l . Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised April 30, 20I3 321320-6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 —Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised April 30, 2013 321373-1 CONCRETE PAVING JOINT SEALANTS Pagel of4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing Iaboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 32 13 73 - 2 CONCRETE PAVING JOINT SEALANTS Page of4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion -type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight sea]. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of4 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to scaling joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. c. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. £ Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in I direction with reverse tufting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 32I373-4 CONCRETE PAVING JOINT SEALANTS Page 4 o f 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clears and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 20 f 2 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of6 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 L. 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 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided. under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley b. PaymevA and measured a�r^"v^"vnd'cca iiixcrci�vrcascfcciii will be paid for sc�athe -unit pfiee bid per square yard fCon ete Valle„ Gu ter eemplete and : ph -we €ems a) Various street types CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised October 05, 2016 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 1 c. Measurement and payment for this item shall be subsidiary to "l8" Curb and 2 Gutter", and the various items bid. No separate pU will be allowed for this 3 item. 4 d. The price bid shall include: 5 1) Preparing the subgrade 6 2) Furnishing and placing all materials, including foundation course, 7 reinforcing steel, and expansion material 8 1.3 REFERENCES [NOT USED] 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 ACTION SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 19 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD CONDITIONS 17 18 19 20 21 22 23 24 25 26 27 28 29 30 A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete curb, gutter, and curb & gutter is shown in the following table: 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 C. Reinforcement: See Section 32 13 13, D. Joint Filler 1. Wood Filler: see Section 32 13 13, CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised October 05, 2016 I 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page of 1 2. Pre -Molded Asphalt Board Filler 2 a. Use only in areas where not practical for wood boards 3 b. Pre -molded asphalt board filler: ASTM D545 4 c. Install the required size and uniform thickness and as specified in the Drawings. 5 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 6 mixture of asphalt and vegetable fiber and/or mineral filler. 7 E. Expansion Joint Sealant: See Section 32 13 73. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 31 INSTALLERS [NOT USED] 12 3.2 EXAMINATION [NOT USED] 13 3.3 PREPARATION 14 A. Demolition / RemovaI: See Section 02 41 13. 15 3.4 INSTALLATION 16 A. Forms 17 1. Extend forms the full depth of concrete. 18 2. Wood forms: minimum of 1-1/2 inches in thickness 19 3, Metal Forms: a gauge that shall provide equivalent rigidity and strength 20 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 21 S. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 22 rejected. 23 B. Reinforcing Steel 24 1. Place all necessary reinforcement for City approval prior to depositing concrete. 25 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 26 foreign substances. 27 3. Remove foreign substances from steel before placing. 28 4. Wire all bars at their intersections and at all Iaps or splices. 29 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 30 greater. 31 C. Concrete Placement 32 1. Deposit concrete to maintain a horizontal surface. 33 2. Work concrete into all spaces and around any reinforcement to form a dense mass 34 free from voids. 35 3. Work coarse aggregate away from contact with the forms 36 4. Hand -Laid Concrete — Curb and gutter 37 a. Shape and compact subgrade to the lines, grades and cross section shown on the 38 Drawings. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. Co 1196 Revised October 05, 2016 3216 13-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 1 b. Lightly sprinkle subgrade material immediately before concrete placement. 2 c. Deposit concrete into forms. 3 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 4 finished curb, unless otherwise approved. 5 5. Machine -Laid Concrete — Curb and Gutter 6 a. Hand -tamp and sprinkle subgrade material before concrete placement. 7 b. Provide clean surfaces for concrete placement. 8 c. Place the concrete with approved self-propelled equipment. 9 1) The forming tube of the extrusion machine or the form of the slipform 10 machine must easily be adjustable vertically during the forward motion of 11 the machine to provide variable heights necessary to conform to the 12 established guadeline. 13 d. Attach a pointer or gauge to the machine so that a continual comparison can be 14 made between the extruded or slipform work and the grade guideline. 15 e. Brush finish surfaces immediately after extrusion or slipforming. 16 6. Hand -Laid Concrete -- Concrete Valley Gutter: See Section 32 13 13. 17 7. Expansion joints 18 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 19 intersection returns and other rigid structures. 20 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 21 pavement joints to a depth of 1-1/2 inches. 22 c. Place expansion joints at all intersections with concrete driveways, curbs, 23 buildings and other curb and gutters. 24 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 25 depth of the concrete. 26 e. Make expansion joints perpendicular and at right angles to the face of the curb. 27 £ Neatly trim any expansion material extending above the finished to the surface 28 of the finished work. 29 g. Make expansion joints in the curb and gutter coincide with the concrete 30 expansion joints. 31 h. Longitudinal dowels across the expansion joints in the curb and gutter are 32 required. 33 i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each 34 expansion joint. 35 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 36 provides a minimum of I inch free expansion. 37 k. Support dowels by an approved method. 38 D. Cluing: see Section 32 13 13. 39 3.5 REPAIR/RESTORATION [NOT USED] 40 3.6 RE -INSTALLATION [NOT USED] 41 3.7 FIELD QUALITY CONTROL 42 A. Inspections 43 1. Steel reinforcement placement 44 2. Headed bolts and studs 45 3. Verification of use of required design mixture CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised October 05, 2016 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of6 1 4. Concrete placement, including conveying and depositing 2 5. Curing procedures and maintenance of curing temperature 3 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to 4 ASTM C 172 with the following requirements: 5 1. Testing Frequency: Obtain I fresh concrete sample for each day's pour of each 6 concrete mixture exceeding 5 cubic yard, but less than 150 cubic yard, plus 1 set for 7 each additional 150 cubic yard or fraction thereof. 8 2. SIump: ASTM C 143; 1 test at point of placement for each concrete sample, but not 9 less than 1 test for each day's pour of each concrete mixture. Perform additional 10 tests when concrete consistency appears to change. 11 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 12 each sample, but not less than I test for each day's pour of each concrete mixture. 13 4. Concrete Temperature. ASTM C1064; I test for each concrete sample. 14 5. Compression Test Specimens. ASTM C31. 15 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 16 1) Do not transport field cast cylinders until they have cured for a 17 minimum of 24 hours. 18 6. Compressive -Strength Tests: ASTM C39; 19 a. Test 1 cylinder at 7 days. 20 b. Test 2 cylinders at 28 days. 21 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 22 compressive -strength tests shall contain Project identification name and number, 23 date of concrete placement, name of concrete tester and inspector, location of 24 concrete batch in Work, design compressive strength at 28 days, concrete mixture 25 proportions and materials, compressive breaking strength, and type of break for 26 both 7- and 28-day tests. 27 8. Additional Tests: Additional tests of concrete shall be made when test results 28 indicate that slump, air entrainment, compressive strengths, or other City 29 specification requirements have not been met. The Lab Services division may 30 conduct or request tests to determine adequacy of concrete by cored cylinders 31 complying with ASTM C42 or by other methods as directed by the Project 32 Manager. 33 a. When the strength level of the concrete for any portion of the structure, as 34 indicated by cylinder tests, falls below the specified requirements, provide 35 improved curing conditions and/or adjustments to the mix design as required to 36 obtain the required strength. If the average strength of the laboratory control 37 cylinders falls so low as to be deemed unacceptable, follow the core test 38 procedure set forth in ACT 301, Chapter 17. Locations of core tests shall be 39 approved by the Project Engineer. Core sampling and testing shall be at 40 Contractors expense. 41 b. If the results of the core tests indicate that the strength of the structure is 42 inadequate, any replacement, load testing, or strengthening as may be ordered 43 by the Project Engineer shall be provided by the Contractor without cost to the 44 City. 45 9. Additional testing and inspecting, at Contractor's expense, will be performed to 46 determine compliance of replaced or additional work with specified requirements. CITY OF FORT WORT14 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, CO1196 Revised October 05, 2016 321613-6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 1 10. Correct deficiencies in the Work that test reports and inspections indicate does not 2 comply with the Contract Documents. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 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 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. 3ohnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z, Arega Added Subsection 2,2.B,1 and Subsection 3.7 CITY OF FORT WORTH Riverside Community Parr Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised October 05, 2016 SECTION 32 17 23 PAVEMENT MARKINGS PART1- GENERAL 1.1 SUMMARY 321723-1 PAVEMENT MARKINGS Page I of I 1 A. Section Includes: 1, Pavement Markings a. Thermoplastic, hot -applied, spray (HAS) pavement markings b. Thermoplastic, hot -applied, extruded (HAE) pavement markings c. Preformed polymer tape d. Preformed heat -activated thermoplastic tape 2. Raised markers 3. Work zone markings 4. Removal of pavement markings and markers B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pavement Markings a. Measurement 1) Measurement for this Item shall be lump SUM. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for by lump sum of "Parking Lot Restriping7 at the unit pfiee bid per 4ineftf feet 0 "Pymt r,r.,..l.ingE installed for: a) Various Widths b) Various Types c) Various Materials d) Various Colors c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing (when required) 2. Legends a. M e nt CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised November 22, 2013 321723-2 PAVEMENT MARKINGS Page 2 oft I 1) Measurement fop !his item shall be per eaeh Legend nd installed. bpA ti l l be plaid � t � t price r~ "Legend" " installed lle fnr. �iiiair v zvris� [�Iiu its per each cmrcaZo� a) Various es Various applications c. Measurement and payment for this item shall be subsidiary to "Parking Lot Restri in " and the various items bid. No se arate pay will be allowed for this item. d. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measef emefA "Raised1) MeasufefnepA for this 14em shall be per eaeh Raised Mafker installed. b. PayfflefA shall be paid for at the unit pFice bid per eaek Marker" installe for.. a)Vai-ious types Measurement and pUment for this item shall be subsidiary to "Pedestrian Paving and Sidewalks", and the various items bid. No separate pay will be allowed for this item. The price bid shall include: 1) InstaIlation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 4. Work Zone Tab Markers a. Measurement 11) M£itisufe rent fof "s Rem shallbe pef eae-xh Tab MaFkef installed-. b. Paynzent " installed &f.: a) Vafieus types c. Measurement and payment for this item shall be subsidiary to "Pedestrian Pavina and Sidewalks". and the various items bid. No separate I)av will be allowed for this item. d. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. Fire Lane Markings a. Measuf emepA 11)—z easufemep f6f this fte," shall be per the lineal t b. Pa)quent CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUIvIT'NTS City Project. No. COI 196 Revised November 22, 2013 321723-3 PAVEMENT MARKINGS Page 3 of] I 1) The , or- e«f r,m,ed and materials furnished in er- dance with this Item m'd_uac"s-cridunder �" e•aTCQccent» shrcllrb for at the unit pFiee bid pef lineaf fi9(4 8 "Fife Lane e r,r.,rlr ng2' installed. c. Measurement and payment for this item shall be subsidiary to "Pedestrian Paving and Sidewalks", and the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing Pavement Marking Removal a. T to rA 1) Measure for this Item shall be peF linear foet. b. Payme c 1) The work pei��med and mateAuls f�rnished in woof dance with this Item and fneaswed as provided tindeF "Measurement" shall be pai.d for at unit price b id VeF linear feE4 of ` Remove Pvmt M arlcing2'performed a) Vwious widths c. Measurement and payment for this item shall be subsidiary to "Pedestrian Paving and Sidewalks",_and the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 7. Raised Marker Removal a. Measuf emepA b. PaymeEFt shall be paid fer .,t the , fA4 r e bid pef eh " e..,eve Raised M rlr..r" performed. c. Measurement and payment for this item shall be subsidiary to "Pedestrian Paving and Sidewalks". and the various items bid. No separate nav will be allowed for this item. d. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) CIean-Lip 8. Legend Removal a. MeasuFemepA 1) rA".,.,,,we for_this item, shall be per el Legend nd removed. b PaymepA CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised November 22, 2013 321723-4 PAVEMENT MARKINGS Page 4 of 11 c. Measurement and payment for this item shall be subsidiary to "Pedestrian Paving and Sidewalks", and the various items bid. No separate pay will be allowed for this item. d. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 1.3 REFERENCES A. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition a. Part 3, Markings 3. American Association of State Highway and Transportation Officials (AASHTO) a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 4. Federal Highway Administration (FHWA) a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 5. Texas Department of Transportation (TxDOT) a. DMS-4200, Pavement Markers (Ref[ectorized) b. DMS-4300, Traffic Buttons c. DMS-8220, Hot Applied Thermoplastic d. DMS-8240, Permanent Prefabricated Pavement Markings e. DMS-8241, Removable Prefabricated Pavement Markings f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised November 22, 2013 321723-5 PAVEMENT MARKINGS Page 5 of 1 I PART 2 - PRODUCTS 2.1 OWNER -SUPPLIED PRODUCTS A. New Products 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Pavement Markings a. Thermoplastic, hot applied, spray 1) Refer to Drawings and City Standard Detail Drawings for width of longitudinal lines. 2) Product shall be especially compounded for traffic markings. 3) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 5) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees .Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 7) The density and quality of the material shall be uniform throughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 10) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 12) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 13) Traffic beads a) Manufactured from glass CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised November 22, 2013 321723-6 PAVEMENT MARKINGS Page 6 of 11 b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color f) Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. b. Thermoplastic, hot applied, extruded l) Product shall be especially compounded for traffic markings 2) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exbibit a tacky exposed surface. 3) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 4) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 5) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 6) The density and quality of the material shall be uniform throughout the markings. 7) The thickness shall be uniform throughout the length and width of the markings. 8) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 9) The minimum thickness of the marking, as measured above the plane formed by the pavement surface, shall not be less than 1/8 inch in the center of the marking and 3/32 inch at a distance of % inch from the edge. 10) Maximum thickness shall be 3/16 inch. 11) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 12) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. New material shall bond itself to the old Iine in such a manner that no splitting or separation takes place. 13) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 14) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color f) Applied at a uniform rate CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO] 196 Revised November 22, 2013 321723-7 PAVEMENT MARKINGS Page 7 of] 1 g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. c. Preformed Polymer Tape 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 3M High Performance Tape Series 3801 ES, or approved equal. d. Preformed Heat -Activated Thermoplastic Tape 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 mil preformed thermoplastic or approved equal. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) round ceramic markers and shall meet or exceed the TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification DMS-4200 for high -volume retroreflective raised markers and be available in the following types: 1) Type I-C, white body, I face reflects white 2) Type 11-A-A, yellow body, 2 faces reflect amber 3) Type 11-C-R, white body, 1 face reflects white, the other red 3. Work Zone Markings a. Tabs 1) Temporary flexible -reflective roadway marker tabs shall meet requirements of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs." 2) Removable markings shall not be used to simulate edge lines. 3) No segment of roadway open to traffic shall remain without permanent pavement markings for a period greater than 14 calendar days. b. Raised Markers 1) All raised pavement markers shall meet the requirements of DMS-4200. c. Striping 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 8200. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Performance 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (niph) 30 35 — 50 55 2-lane roads with centerline markings only 1 n/a 100 250 All other roads 2 n/a 50 100 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised November 22, 2013 321723-8 PAVEMENT MARKINGS Page S of 11 (1) Measured at standard 30-m geometry in units of med/mz/lux (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as long as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION A. Pavement Conditions 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing markings and other forms of contamination. 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the curing membrane. 3. Pavement to which material is to be applied shall be completely dry. 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 minutes, no condensation develops on the underside of a 1 square foot piece of clear plastic that has been placed on the pavement and weighted on the edges. 5. Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists or pedestrians. 3.3 INSTALLATION A. General 1. The materials shall be applied according to the manufacturer's recommendations. 2. Markings and markers shall be applied within temperature limits recommended by the material manufacturer, and shall be applied on clean, dry pavement having a surface temperature above 50 degrees Fahrenheit. 3. Markings that are not properly applied due to faulty application methods or being placed in the wrong position or alignment shall be removed and replaced by the Contractor at the Contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists, it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within 5 days of written notification. 4. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 1. Thermoplastic, hot applied, spray CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised November 22, 2013 321723-9 PAVEMENT MARKINGS Page 9 of 11 a. This method shall be used to install and replace long lines — centerlines, lane lines, edge lines, turn lanes, and dots. b. Markings shall be applied at a 110 mil thickness. c. Markings shall be applied at a 90 mil thickness when placed over existing markings. d. A sealer shall be used if concrete or asphalt is older than three (3) years. e. Typical setting time shall be between 4 minutes and 10 minutes depending upon the roadway surface temperature and the humidity factor. £ Retroreflective raised markers shall be used to supplement the centerlines, lane lines, and turn lanes. Refer to City Standard Detail Drawings for placement. g. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2A.A. i of this Specification. 2. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop -lines. b. Markings shall be applied at a 125 mil thickness. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 3. Preformed Polymer Tape a. This method shall be used to install and replace crosswalks, stop -lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 4. Preformed Heat -Activated Thermoplastic Tape a. This method shall be used to install and replace crosswalks, stop -lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. C. Raised Markers I . All permanent raised pavement markers on Portland Cement roadways shall be installed with epoxy adhesive. Bituminous adhesive is not acceptable. 2. All permanent raised pavement markers on new asphalt roadways may be installed with epoxy or bituminous adhesive. 3. A chalk line, chain or equivalent shall be used during layout to ensure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. D. Work Zone Markings 1. Work shall be performed with as little disruption to traffic as possible. 2. Install longitudinal markings on pavement surfaces before opening to traffic. 3. Maintain lane alignment traffic control devices and operations until markings are installed. 4. Install markings in proper alignment in accordance with the Texas MUTCD and as shown on the Drawings. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised November 22, 2013 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of I 1 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the Drawings. 6. Place markings in proper alignment with the location of the final pavement markings. 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. 8. All markings shall be visible from a distance of 300 feet in daylight conditions and from a distance of at least 160 feet in nighttime conditions, illuminated by low - beam automobile headlight. 9. The daytime and nighttime reflected color of the markings must be distinctly white or yellow. 10. The markings must exhibit uniform retroreflective characteristics. 11. Epoxy adhesives shall not be used to work zone markings. 3.4 REMOVALS Pavement Marking and Marker Removal a. The industry's best practice shall be used to remove existing pavement markings and markers. b. If the roadway is being damaged during the marker removal, Work shall be halted until consultation with the City. c. Removals shall be done in such a matter that color and texture contrast of the pavement surface will be held to a minimum. d. Repair damage to asphaltic surfaces, such as spading, shelling, etc., greater than '/a inch in depth resulting from the removal of pavement markings and markers. Driveway patch asphalt emulsion may be broom applied to reseal damage to asphaltic surfaces. e. Dispose of markers in accordance with federal, state, and local regulations. f. Use any of the following methods unless otherwise shown on the Drawings. 1) Surface Treatment Method a) Apply surface treatment at rates shown on the Drawings or as directed. Place a surface treatment a minimum of 2 feet wide to cover the existing marking. b) Place a surface treatment, thin overlay, or microsurfacing a minimum of 1 lane in width in areas where directional changes of traffic are involved or in other areas as directed by the City. 2) Burn Method a) Use an approved burning method. b) For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. c) When using heat, avoid spalling pavement surfaces. d) Sweeping or Iight blast cleaning may be used to remove minor residue. 3) Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water -injected abrasive blasting, or brush blasting as approved. b) Remove pavement markings on concrete surfaces by a blasting method only. 4) Mechanical Method CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No, CO1196 Revised November 22, 2013 32 1723- 11 PAVEMENT MARKINGS Page 11 of I 1 a) Use any mechanical method except grinding. b) Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 2. If a location is to be paved over, no additional compensation Will be allowed for marking or marker removal. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All lines must have clean edges, square ends, and be uniform cross-section. B. The density and quality of markings shall be uniform throughout their thickness. C. The applied markings shall have no more than 5 percent, by area, of holes or voids and shall be free of blisters. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Contractor shall clean up and remove all loose material resulting from construction operations. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE i l/22/13 S. Arnold Removed paint type marking, updated references, added sealer language CITY OF FORT WORTI3 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised November 22, 2013 323213-1 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 1 of 6 1 SECTION 32 32 13 2 CAST -IN -PLACE CONCRETE RETAINING WALLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of cast -in -place concrete retaining wall (4 foot maximum height) of 7 the size and shape detailed on the Drawings and at the location shown on the 8 Drawings, 9 2. Construction of TxDOT standard cast -in -place, spread foot concrete retaining wall 10 of the size and shape detailed on the Drawings and at the Iocation shown on the 1 I Drawings. 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 - General Requirements 17 3. Section 03 30 00 - Cast -in -Place Concrete 18 4. Section 3123 16 — Unclassified Excavation 19 5. Section 3123 23 - Borrow 20 6, Section 3124 00 - Embankments 2I 7. Section 32 13 20 - Concrete Sidewalks, Driveways and Barrier Free Ramps 22 8. Section 33 46 00 - Subdrainage 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Concrete Retaining Wall with Sidewalk, Face 26 a. Measurement 27 1) Measurement for this Item shall be by the square R t of front sti f 28 the wall subsidiary to the various items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be subsidiary to the 32 various items bid 34 c. The price bid shall include: 35 1) Excavation in back of Retaining Walls 36 2) furnishing and placing footings 37 3) Leveling pads and copings 38 4) Furnishing, placing, and compacting backf'ill (except in embankment areas) 39 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, 40 filter material and drain pipe, joint material, water stop, and filter fabric 41 when required CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. C01196 Revised December 20, 2012 323213-2 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 2 of 6 1 6) Fabricating, curing, and finishing wall including special coatings when 2 specified 3 7) Sidewalk adjacent to Retaining Wall per Section 32 13 20 4 2. Concrete Retaining Wall with Sidewalk, Sidewalk 5 a. Measurement 6 1) Measurement for this Item shall be sub sidiat-y to the various items bid b�y 7 the s"afe feet of ee,Y plete,d and ., epted ! e ftefete Sidewalk its final 8 pasi4ie, A rTeasuwemepA shall be taken f ..,Y, F of wall to edge .,4'...,neref 9 sidewalk. 10 b, Payment 11 4-) The work performed and materials furnished in accordance with this Item 12 and measured as provided under "Measurement" will be subsidiary to the 13 various items bid 14 Retaifiiag txr.,ll with idewel�Qew^lk installed. 15 c. The price bid shall include: 16 1) Excavating and preparing the subgrade 17 2) Furnishing and placing all materials 18 3. TxDOT Standard Spread Footing ails 19 20 21 4ie we4l. Hitless otherwise shown on the Drawings, measure area 22 23 iflGlUdifig . 4ie4u.di . ailifig) luifed (net 24 h. Payment 25 1) The 1 d fumished in this Ite.., peff a -ad materials aeoerdanee with " 26 will be paid f0f at the un 27 priee bid pef sqHafe feE4 Spfead Fee6fig Wall eeiistfuaed. ef 28 e. .,la e. The . e bid shell 29 � 1) > 4i , ba-ek RetainingWalls off xe 4 �A444 30 31 r �) -/ a.Y Lweling pads a+id eopinp 32 4) 17„fnishin ng; and eaffipaetlxg bae!All (e%eept in embankfRent=are pl 33 , 34 fiftef matefial and drain pipe,' , 35 whan 36 6) Fabf .,..t;.-,.. etifing, ti d fiiiis fig wall ; ..la ding speeial ..o t;,,..s she 37 seeeified 38 1.3 REVERENCES 39 A. Definitions 40 1. Permanent Wall - Retaining wall with a design service life of 75 years. All walls 41 are presumed to be permanent walls unless otherwise specified in the Drawings. 42 B. Reference standards cited in this specification refer to the current reference standard 43 published at the time of the latest revision date logged at the end of this specification, 44 unless a date is specifically cited. 45 1. ASTM International (ASTM): 46 a. D4491, Standard Test Methods for Water Permeability of Geotextiles by 47 Permittivity 48 b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO[ 196 Revised December 20, 2012 rM 32 32 13 - 3 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 3 of 1 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of 2 Geotextiles 3 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 4 Geotextile 5 2. Texas Department of Transportation (TXDOT), Standard Specifications for 6 Construction and Maintenance of Highways and Bridges: 7 a. 110, Excavation 8 b. 132, Embankment 9 c. 400, Excavation and Backf lI for Structures 10 d. 420, Concrete Structures 11 e. 421, Hydraulic Cement Concrete 12 f. 423, Retaining Walls 13 g. 440, Reinforcing Steel 14 h. 445, Galvanizing 15 i. 458, Waterproofmg Membranes for Structures 16 j. 556, Pipe Underdrains 17 3. TxDOT Standard — Spread Footing Walls 18 a. RW 1 (L) A --- Low Footing Pressure, Design A Retaining Walls 19 b. RW 1 (L) B — Low Footing Pressure, Design B Retaining Walls 20 c. RW 1 (L) C — Low Footing Pressure, Design C Retaining Walls 21 d. RW 1 (H) A — High Footing Pressure, Design A Retaining Walls 22 e. RW I (H) B -- Higb .Footing Pressure, Design B Retaining Walls 23 f. RW 1 (H) C — High Footing Pressure, Design C Retaining Walls 24 g. RW 2 — Retaining Wall Miscellancous Details 25 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: 26 a. Tex-616-J, Construction Fabrics 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. See Section 03 30 00. 30 1.6 ACTION SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE 34 A. See Section 03 30 00, 35 1.10 DELIVERY, STORAGE, AND HANDLING 36 A. See Section 03 30 00. 37 1.11 SITE CONDITIONS j 38 A. Ambient Conditions: See Section 03 30 00. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 323213-4 CAST -IN -PLACE CONCRETE RETAINING WALLS Page of6 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Concrete and Reinforcing Steel 6 1. Concrete Retaining Wall with Sidewalk 7 a. Section 03 30 00. 8 2. TxDOT Standard Spread Footing Walls 9 a. 420, Concrete Structures 10 b. 421, Hydraulic Cement Concrete 11 c. 440, Reinforcing Steel 12 d. 445, Galvanizing 13 e. 458, Waterproofing Membranes for Structures 14 B. Backf'ill 15 1. Concrete Retaining Wall with Sidewalk 16 a. Section 3123 23 17 2. TxDOT Standard — Spread Footing Walls 18 a. 132, Embankments 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00 2. TxDOT Standard — Spread Footing Walls a. 556, Pipe Underdrains D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as UV -resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random throughout the fabric. e. The fabric is mildew resistant and rot -proof, and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fabric must conform to the requirements listed in Table 1 when tested in accordance with the test methods specified. Table 1 Filter Fabric Requirements Physical Properties Test Method Value Fabric Weight, on an ambient Tex-6164 4 oz/yard temperature air-dried, tension free sain le Permittivity, 1/sec ASTM D4491 1.0, min CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 d 323213-5 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 5 of 6 Tensile Strength, lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield, percent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Construct retaining Walls in accordance with the Drawings and to the pertinent 9 requirements of the following Sections: 10 1. Concrete Retaining Wall with Sidewalk 1 I a. Section 03 30 00 12 b. Section 3123 16 13 c. Section 3123 23 14 d. Section 31 24 00 15 e. Section 33 46 00 16 2. TxDOT Standard Spread Footing Walls 17 a. 110, Excavation 18 b. 132, Embankment 19 c. 400, Excavation and Backfill for Structures 20 d. 423, Retaining Walls 21 e. 420, Concrete Structures 22 f 458, Water proofing Membranes for Structures 23 g. 556, Pipe Underdrains 24 3.5 REPAIR 25 A. See Section 03 30 00. 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. See Section 03 30 00. CITY OF PORT WORTH Riverside Community Park Phase I improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 20, 2012 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 323213-6 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 6 of6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Payment Item for concrete retaining wall with sidewalk was broken into two Items: one for the face of wall and one for the sidewalk. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20.2012 a 329010-1 IRRIGATJON SYSTEM Page 1 of6 SECTION 32 90 10 IRRIGATION SYSTEM PART 1- GENERAL 1.01 CONDITIONS OF THE CONTRACT AND DIVISION 1- GENERAL REQUIREMENTS Are hereby made a part of this section. 1.02 SCOPE Includes furnishing all labor, materials, and equipment for the proper installation of the irrigation system, the work includes, but is not Iimited to the following: Furnish and install an operating irrigation system, complete and in place, including controls, supply Iines, sprinkler heads, control valves and accessories as shown on the plans and as specified herein. A. Trenching and Backfill B. Automatically controlled low volume irrigation system C. Testing of all systems to ensure system is fully operational. D. All work included in the installation of the irrigation system shall be performed in accordance with the plans and specifications. E. The installation of the irrigation system will be made by an individual or firm duly licensed as an irrigator by the State of Texas. F. Backflow preventer shall be tested by a Certified Backtlow Tester. Written test results shall be forwarded to appropriate City representative in the Water department.(764-3662, 6342, 3663) 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Where possible, portions of the irrigation system shall be installed prior to the construction of those paved surfaces shown on the plans. Particular attention is directed to sleeves and conduit. B. EIectrical hookup of controllers will be installed by Electrical Contractor. 1.04 CODES AND STANDARDS A. Codes: All work shall be installed according to the Standard Plumbing Code. B. Guarantee: The Contractor shall guarantee all workmanship, materials, fixtures, and equipment covered by the plans and specifications to be free of defects for a period of one (1) year from the date of acceptance of the project, and shall replace any parts found to be defective within the period of guarantee at no cost to the Owner. 1.05 EXISTING UTILITIES AND STRUCTURES CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329010-2 IRRIGATION SYSTEM Page 2 of6 There may be certain existing underground utilities and structures which are not indicated on the plans. The Contractor shall determine the exact location of all existing irrigation systems, underground utilities and structures which are not indicated on the plans. The Contractor shall determine the exact Iocation of all existing irrigation systems, and utilities and conduct his work in such a manner as to prevent interruption of service or damage to them. In the event of damage to existing utilities or structures, the Contractor shall be responsible for their repair or replacement. Minor adjustments in the system will be permitted to clear existing fixed obstructions subject to the City approval. Contractor to verify all locations of existing utilities, and call DigTess 1-800-344-8377 for locates 48 hours prior to digging. 1.06 SUBMITTALS Submit three (3) sets of complete shop drawings and manufacturer's product data sheets in a one-time submittal for the complete irrigation system. All proposed materials and products are subject to approval by the Architect/Engineer or Owner. 1.07 COORDINATION AND TIMING Coordinate installation of irrigation system with related trades as necessary to prevent cutting, patching, and re-routing. PART 2 - PRODUCTS 2.01 QUALITY AND BRAND Unless otherwise noted on the plans, all materials shall be new and unused. Unless otherwise noted, Hunter irrigation equipment catalog numbers are used for reference in these specifications. Contractor to provide products specified on plan, or approved equal. 2.02 POLYVINYL CHLORIDE (PVC) PIPE A. Irrigation Mainline: All main pressure line pipe shall be PVC Class 200 SDR 21 B. Irrigation Lateral Line: All lateral pressure line pipe shall be PVC Class 200 SDR 21 C. Pipe Sleeve: All pipe sleeves shall be PVC Schedule 40 D. Markings: All pipe and fittings shall have the following information printed indelibly in ink, hot stamped, or molded thereon: manufacturer's name and trademark, material designation, diameter, schedule or class, and nsf logo/seal. 2.03 PVC FITTINGS All PVC pipe fittings shall be solvent weld type, Schedule 40, and of the type recommended by the pipe manufacturer. No PVC pipe is to be threaded or connected to metal pipe or metal accessories; use PVC adapter with female thread. 2.04 IRRIGATION HEADS/BUBBLERS All irrigation heads/bubblers are of the named manufacturer, in the nozzle sets, circle angles and series indicated on the plans. 2.05 BACK -FLOW PREVENTION Back -flow preventer to be a Febco Double Check valve, installed in a concrete meter box. CITY OF FORT WOWfH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. CO1196 Revised September 10, 2014 329010-3 IRRIGATION SYSTEM Page 3 of6 2.06 GATE VALVES Gate valves shall be rated for 150 psi working pressure. Valves are to be sized as shown on the drawings, installed with specified precast adjustable box and cover. All two (2") inch and smaller valves may be Ohio brass, or approved equals. 2.07 ELECTRIC SECTION CONTROL VALVES All sectional control valves are to be 24 VAC electric solenoid operated. They shall be sized, specified, and located on the plans, and shall be equipped with flow adjustment stems. Valves shall have plastic bodies and covers, and shall be globe -type diaphragm valves of normally open design, CWP 150 psi. The control valves and controller, as approved, must be of the same manufacturer. Only one (1) electric section to operate at one time on any one controller. 2.08 WIRE All wire between the irrigation system control unit and remote section control valves is to be copper, U.L. listed, Type UF, PVC insulated No. 14, suitable for direct burial and to conform in all respects with the requirements for a N.E.C. Class H circuit (30 volts AC or less). All wire is to be color coded - - red for the "hot" leads to each of the control valve solenoids, and white for common neutral wire. 2.09 WIRE CONNECTORS All direct burial wire connectors are to have a one-piece PVC housing which, when filled with silicone, forms a reusable, one-piece, moisture -proof wire splice connector. All connectors are to be U.L. listed, rated 60C, 500 volt, for PVC insulated wire. Do not use epoxy types. 2.10 VALVE BOXES A pre -cast box of the type Iisted, or approved equal, shall be provided for as follows: A. Sall valve boxes shall be 10 inch diameter, plastic Ametek. B. Section Control Valves: 10" plastic for elec.valves 2.11 AUTOMATIC LAWN SPRINKLER CONTROLLERS A. Controller: roteetio„ .„ st.. mess stool enclosure. Hunter PRO-C Controller with surge protection in stainless steel enclosure. B. Rain/Freeze Sensor: Hunter WRF-CLIK Rain/Freeze sensor, install within 1,000 If of controller, in line of sight. 22-28 VACIDC 1001nA power from timer transformer. Mount as noted. 2.12 FLOW SENSOR A. FIow Sensor: Arad AC Flow Meter PART 3 - EXECUTION CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329010-4 IRRIGATION SYSTEM Page 4 of 6 3.01 DESIGN PRESSURE This irrigation system has been designed to operate with a minimum existing main water line static pressure of 75 psi. The Contractor will take a pressure reading prior to ordering and installing the system. If the pressure reading is different than that indicated, the Contractor will notify the Architect/Engineer so that the system may be re -sized if necessary, 3.02 TRENCHING Perform all excavations as required for the installation of the work including under this section, including shoring of earth banks to prevent cave-ins. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to and in a manner approved by the owner. Trenches shall be made wide enough to allow a minimum of 6 inches between parallel pipe lines. Trenches for pipe lines sball be made of sufficient depths to provide the minimum cover from finish grade as follows: A. 18" minimum cover over irrigation lines for vehicle traffic areas. B. Minimum cover over irrigation lines to heads/dripline except vehicle traffic areas area as follows: 1) 12" minimum cover over lateral lines 2) 18" minimum cover over mainline Maintain all warning signs, shoring, barricades, flares and red lanterns as required by the safety orders of the division of industrial safety and local ordinances. 3.03 BACKFILLING A. After system is operating and required tests and inspections have been made, backfill excavations and trenches with clean soil, free of rubbish. Initial backfill material to 6 inches above the top of pipe shall be free of rocks or stones larger than one inch in diameter. Final backfill material shall be free of rocks or stones larger than 3 inches in diameter. B. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum 90% density. C. Compact trenches in areas to be planted by thoroughly flooding the backfill, jetting process may be used in those areas. D. Dress off all areas to finish grades. 3.04 PIPE LAYING Polyvinyl chloride pipe sections and fittings shall be connected with approved PVC welding solvent, conforming to, and in accordance with the manufacturer's recommendations and the following procedures. All two (2") inch and Iarger PVC pipe will have cleaner and heavy duty solvent used for installations. 3.05 PIPE JOINTS Pipe shall be square cut with no burr ends. Wipe all dirt and moisture from fittings, then apply solvent to both. Stab pipe into socket of the fitting, rotate about one-half turn to spread solvent uniformly. Hold joint in place about fifteen (I5) seconds for it to set. Do not disturb for fifteen (15) minutes or until the chemical weld is made. Do not use excessive solvent. No PVC pipe is to be threaded for connection to metal pipe or accessories, use only a PVC solvent joint to thread adapter. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 329010-5 IRRIGATION SYSTEM Page 5 of 6 3.06 VALVE AND VALVE BOX PLACEMENT All gate valves and automatic section control valves shall be set at the depth of pressure piping and shall be equipped with a valve access sleeve, if buried. If valves are specified to be in pre -cast boxes, they shall be set with a minimum of twelve (12") inches of space between their top surface and the finished grade. Valves after delivery shall be drained to prevent freezing and shall have interiors cleaned of all foreign matter before installation. Stuffing boxes shall be tightened and valves shall be fully opened and fully closed to ensure that all parts are in working conditions. Coil wire in a "pigtail" fashion inside valve box. Valve boxes shall beset plumb, vertical and concentric with the valve stem. Any valve box which has so moved from its original position as to prevent the application of the valve key, shall be satisfactorily reset by the Contractor at his own expense. 3.07 TESTING AND CHECKING A. Sprinkler/ Dripline Layout and Spacing Inspection: Verification that the irrigation design is accurately installed in the field. It will also provide for alteration or modification of the system to meet field conditions. Spacing should be within 5% of the design spacing. B. Pipe Installation Depth Inspection: All pipes in the system shall be installed to depths as previously described in Section 3.02 of these specifications. C. Open Trench Inspection: The trench and all joints and every transition in pipe size, will be open where open trench inspection is required. D. Inspections will be performed throughout the duration of the installation. Inspection may be made by the City to ensure compliance with design intent, specifications, and the irrigation codes. F. Hydrostatic Tests: a. Request the presence of the City Inspector in writing at least 48 Hours in advance of testing. b. Testing to be accomplished at the expense of the contractor and in the presence of the City Inspection or approved representative. c. Center load piping with small amount of backfill to prevent arching or slipping under pressure. d. Applying continuous and static water pressure of 125 PSI when welded plastic joints have cured at least 3 hours, and with the risers capped as follows: i. Mainline and submains to be tested for 2 hours ii. No pressure loss is allowed for solvent weld and mainline pipe e. For PVC and O-Ring Gasket Pipe, the allowable leakage shall not exceed the number of gallons per hour as determined by the following formula: L=NDP"2 /1,850 L = Allowable Leakage, in gallons per hour N � Number of Joints D = Pipe Diameter, in inches P v Average Test Pressure, in PSI gauge f. Repair any leaks resulting from tests. 3.08 CLEAN UP Upon completion of the work covered in this project, all debris, rock, and surplus material resulting from the work shall be removed from the site of the project. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329010-6 IRRIGATION SYSTEM Page 6 of 6 3.09 GUARANTEE The Contractor shall guarantee all workmanship, materials, fixtures, and equipment covered by the plans and specification to be free of defects for a period of one (1) year from date of acceptance of the project and shall replace any parts found to be defective within the period of guarantee at no cost to the Owner. 3.10 "RECORD OF INSTALLATION" DRAWING The Contractor shall provide a neatly marked Irrigation Plan showing triangulated locations of all valves and showing any modifications of the original irrigation system as found in the contract documents. Show dimensions and locate valves, pipe, heads, and wire. "Record of Installation" irrigation drawings: Prepare an "As-Built(Record" drawing on a blueprint which shall show deviations from the bid documents made during construction affecting the main line pipe, controller locations, remote control valves and quick coupling valves. The drawings shall also indicate and show approved substitutions of size, material and manufacturers name and catalog name and catalog number. The drawings shall be delivered to the City/Landscape Architect before final acceptance of work. 3.11 SLEEVES A. Contractor for paving to install sleeves as shown on plans. END OF SECTION 32 9010 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. COI 196 Revised September 10, 2014 3291 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of3 SECTION 32 9119 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. 2.2 Materials C. Related Specification Sections include but are not necessarily limited to 1. Division p - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mew a. Meee.,..ement f ,. this item shaft be h,..., bie y ffd of -Topsoil ,.1aee 2. Pent cc ee will be paid for at the unit prie b. All e*eayatieareileed by this in cut sections shall be measured ins uV V vi uu11Y..y with 41} IJi V Y AJi V AAJ A VA LAAV pf evisi on th4 e*ea,�,a6eft will be measured and paid for once, regardless of th Ria-nipulatiens involved. 3. Measurement and payment for this item shall be subsidiary to "Seedinp;', and the various items bid. No separate pay will be allowed for this item. 4. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Topsoil "Enriched Top Soil' by Soil Building Solutions and meet the following conditions (or approved equal) 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material including subsoil, weeds, clay lumps, non - soil materials, roots, stumps or stories larger than 1.5 inches b. Has a high resistance to erosion c. Is able to support plant growth d. Is at least 25% orVanic material. 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. p14.: 5.5 to. pH 6.0-6.5 5. Liquid Limit: 50 or less 6. Plasticity Index: 20 or less 7. r ,.-f, n eFA „ sing No. 200 o . The particle sizes shall be such that 98.5% of the topsoil will pass through a 1/2 inch screen, and 99% more shall pass through a 3/4 inch screen. 8. Topsoil shall be reviewed/approved by owner/landseMe architect prior to installation. Contractor to submit samples in 1 gal (min.) container. B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Finishing of Parkways 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways 6 inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot b. Maximum:4:1 c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade from the parkway extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAMJRESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] F F 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 1 3.16 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 329213-1 HYDROMULCHING, SEEDING AND SODDING Page I ofg SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and instaIIing grass sod and permanent seeding as shown on Drawings, or as directed. B. Deviations from this City of Fort Worth Standard Specification 1. Section I.1.A.I.c 2. Section 1.2.A.l.c C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 91 19 —Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bleek Sod Plaeement a. MeasuFemei# 1-)Hsurementfor- this item shallbe by the rd of-Bleek cod plaeed. h. P-aymerlt and measured as provided under " will be paid thr at the unit pi iy4 VAU Il4A square yard of Block Sod plaeod. e, The pr-jee bid shall include- 2) Rolling and tampi 4) Disposal ofsufplul s materials 2. Seeding (Common Bermuda) a. Measurement 1) Measurement for this Item shall be by the square foot of Seed spread, as illustrated on the plans. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the square foot price bid for unit price bid per square yaF Seed placed for various installation methods. c. The price bid shall include: 1) Furnishing and placing all Seed 2) Furnishing and applying water for seed fertilizer 3) Slurry and hydraulic mulching 4) Fertilizer 5) Watering and mowing (until Final Acceptance) CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 329213-2 HYDROMULCHTNG, SEEDING AND SODDING Page 2 of 9 6) Disposal of surplus materials 7) Re -vegetation of any additional disturbed areas. 3. Seeding (Re -Vegetation) a. Measurement 1) Measurement for this Item shall be per square foot, as required for re - vegetation for disturbed areas. b. Payment 1) The work performed and materials famished in accordance with this Item and measured asprovided under "Measurement" will be paid for at the unit price bid per square foot of seeding for re -vegetation. c. The price bid shall include: 1) Furnishing and placing all Seed 2) Furnishing and mplyiug water for seed fertilizer 3) Slurry and hydraulic mulching 4) Fertilizer 5) Watering and mowing (until Final Acceptance) 6) Disposalof surplus materials 4. Mowing a. Measurement 1) Measurement for this Item shall per each. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each. c. Measurement and payment for this item shall be subsidiary to "Seeding', and the various items bid. No separate pqy will be allowed for this item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] LS ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within 12 months of the seeding date. 4. Seed shall be IIP-FGM Seed 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Block Sod CITY OF FORT WORTH Riverside Community Park Phase 1 improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01 196 Revised September 10, 2014 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of s 1. Protect from exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, seed must have been harvested within 100 miles of the construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass) 2) "Cynodon dactylon" (Common Bermudagrass) 3) "Buchloe dactyloides" (Buffalograss) 4) an approved hybrid of Common Bermudagrass 5) or an approved Zoysiagrass b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches f. Acceptable growing beds 1) St. Augustine grass sod: clay or clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils g. Dimensions 1) Machine cut to uniform soil thickness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) Not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnsongrass (2) Nutgrass seed 4) Harvest seed within 1 -year prior to planting Non-native Grass Seed 1) Plant between April 15 and September 10 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 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multvlorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs, PLS/Acre I.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildryc* d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September I and December 1 Lbs. PLS/Acre Common Name Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis 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 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 13.4 Illinois Bundlefiower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena hipinnatifida 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 *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. MuIch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable condition for distribution b. Applied uniformly over the planted area c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding 2) Newly established seeding areas - 100 pounds of nitrogen per acre 3) Established seeding areas - 150 pounds of nitrogen per acre 5. TopsoiI: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soil Retention BIanket a. "Curlex V from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329213-6 HYDROMULCHTNG, SEEDING AND SODDING Page 6 of 8 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USEDI 3.3 PREPARATION A. Surface Preparation: clear surface of all material including: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. Compacted areas: till 1 inch deep 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 3.4 INSTALLATION A. Block Sodding 1. General a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last freeze date in the spring and 6 weeks prior to the average first freeze in the fall. 2. Installation a. Plant sod specified after the area has been completed to the lines and grades shown on the Drawings with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing a. Furnish water as an ancillary cost to Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 d. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. AlI varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1 /4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. £ Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the Drawings or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. 5. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised September 10, 2014 329213-8 HYDROMULCII NG, SEEDING AND SODDING Page 8 of 8 3.5 REPAIR/RESTORATION 1. Contractor shall re-establish any disturbed areas with seed, and provide temporary watering until permanent lawn coverage is established. 2. Seeding and watering; for restoration of disturbed areas s_hal_l be subsidiary to this contract. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of 3 inches with I mow cycle performed by the Contractor prior to consideration of acceptance by the City. C. Rejection 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS jNOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO1196 Revised September 10, 2014 SECTION 32 93 43 TREES AND SHRUBS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 329343-1 TREES AND SHRUBS Page 1 of 10 1. Tree and shrub planting and maintenance within street right-of-way and easements. 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 B. Deviations from this City of Fort Worth Standard Specification 1. 1.2 - Price and Payment Procedures 2. 1.12 - Warranty 3. 2.2.3c - Topsoil Products 4. 3.13.A - Maintenance Period 5. 3A.A.16 — Installation of Mulch C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 — Site Clearing 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment i. Piant Tree a. Measurement nt 1) Me.,stir-.,ffient ifef this it.,m shall be p eaeh 1,...,.,1i er- i.,..1, - b. a ment 1) The work per -formed and fna4er-ials ftimished in aeeer-da-nee with this Iteffl p ,a .l .l "M » will b t t andrneasi�re f8vicsezr=�riicsel'�7VcrilLlTciill'l"IL ia'7''rrvcpc"liflzvl CC�t-�ieziixic price bid p I, +roe, t., be Ulan4ed by e lipe . ineh. 1i�h d installing trees i7'7'fi����R QrTif�GaFFlTF�[CI+Gi,T 3) 6fading and baekPiling 4) &Eeavatien 5) Fertiliz.,tio 6) —Water 7) Removing and disposing of surplus Maier-ial 2. Measurement and payment for this item shall be subsidiary to "Mulch Beds", and the various items bid. a. The price bid shall include: 1) Furnishing and installing mulch CITY OF FORT WORTH Riverside Community Part: Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised September 10, 2014 329343-2 TREES AND SHRUBS Page 2 of] 0 2) Hauling 3) Grading and backfilling 4) Excavation S) Removing and disposingof f surplus material a 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. ANSI Z64.1, American Standard for Nursery Stock 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] I.S ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certification from supplier that each type of tree conforms to specification requirements. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shrubs. B. Qualifications Landscaper specialized in landscape and planting work C. Substitutions Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non -availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELIVERY, STORAGE, AND HANDLING A. Do not remove container grown stock from containers before time of planting. B. Delivery and Acceptance Requirements 1. Ship trees with Certificates of Inspection as required by governing authorities. 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 e 329343-3 TREES AND SHRUBS Page 3 of 10 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Warranty Period: 12 fnofAhs 18 months after job acceptance B. Warrant trees against defects including: 1. Death 2. Unsatisfactory growth 3. Loss of shape due to improper pruning, maintenance, or weather conditions C. Plumb Ieaning trees during warranty period. D. Remove and replace trees found to be dead during warranty period. E. Remove and replace trees which are in doubtful condition at end of warranty period, or when approved by City, extend warranty period for trees for full growing season. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least 2 years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus Third. c. All plants are to be grown and harvested in accordance with the American Standard for Nursery Stock. d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. COI 196 Revised September 10, 2014 329343-4 TREES AND SHRUBS Page 4 of 10 c. Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. d. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsyntlictic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. e. Where clump is specified, furnish plant having minimum of three stems originating from common base at ground line. f. Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure b) Indicated calipers on Drawings are minimum c) Averaging of plant caliber: not permitted g. Trees shall conform to following requirements: 1) Healthy 2) Vigorous stack 3) Grown in recognized nursery 4) Free of: a) Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun -scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. feat mosses and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. c. All planting beds to be top dressed with a minimum of 4" "Rustic Cut Hardwood Mulch" by Soil Building; Solutions (or approved equal) and meet the following conditions 1) pH:6.5-8.5-8.5 2) It shall be free of man-made foreign matter, lumber, treated materials, pallets, grass and leaves. 3) No particle size should exceed 3.5" in length. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329343-5 TREES AND SHRUBS Page 5 of 10 d. All landscape bed areas to be nrenared usina "Ready to Plant Bedding Mix" by Soil Building Solutions (or approved equal) and meet the following conditions 1) It shall be a mixture of 50% compost with 50% screened and weed -free native soil and screened sharp sand. 2) 98.5% of the planting bed soil particles will pass through a 1/2 inch screen and 99% or more shall pass through a 3/4 inch screen. 3) Color will be a medium brown with a weight of 1900-2250 lbs. per cubic and (depending on the moisture content. 4) Install to depths per planting details 8" depth min. 5) Finished_grades of planting beds to be 2" below finished grade of adjacent paving or as shown on grading plan. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap 1) First quality 2) Bituminous impregnated tape 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation b. Twine 1) Lightly tarred, medium. -coarse sisal (lath) yarn 2) Do not use nails or staples to fasten wrapping c. Seal: Commercially available tree wound dressing specifically produced for use in scaling tree cuts and wounds 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting may be inspected. B. Plant material will be inspected for compliance with following requirements. 1. Genus, species, variety, size and quality 2. Size and condition of balls and root systems, insects, injuries and latent defects PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised September 10, 2014 329343-6 TREES AND SHRUBS Page 6 of 10 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on Drawings. 5. In case of conflicts, notify City before proceeding with work. 6. Stake trees for City approval. B. Preparation of Planting Soil I. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay nlixing of fertilizer When planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after delivery a. Set trees and shrubs in shade. b. Protect from weather and mechanical damage. c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329343-7 TREES AND SHRUBS Page 7 of 10 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. S. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits, trenches and planted areas. a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and. shrubs. 16, Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders, watersprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 114 of the branching structure be removed. Retain the normal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misformed stock resulting from improper pruning. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329343-8 TREES AND SHRUBS Page 8 of 10 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress of work. B. Remove rejected trees immediately from site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. An inspection to determine final acceptance will be conducted by City at end of4-2 18 month maintenance period. E. Warranty periods provided for in paragraph 1.12A. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period shall be 12 mofAhs 18 Months alter final acceptance. The Cily reserves the right to extend the maintenance eriod for up to an additional six (6) months. The unit price(s) of additional service(s) will be the same as the contract price(s). The contractor's responsibilities will be to maintain and make necessary repairs and/or replacements to all plants, mow strips,, edyin& mulch, and irri ation s stems within the planting bed areas as shown on plans, for the duration of the maintenance period. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised September 10, 2014 LCM 329343-9 TREES AND SHRUBS Page 9 of 10 B. During the maintenance period if a work schedule and frequency are not shown on the Drawings, perform the minimum requirements shown below: 1. Water trees to full depth a minimum of once each week or as required to maintain healthy, vigorous growth. 2. Prune, cultivate, and weed as required for healthy growth. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 7. Re airs to washouts ruts eroded areas and excessive edge drop offs. S. Replenishment of mulch as needed to maintain 2" min. settled depth. 9. Remove litter from planting bed araes as needed minimum I per week). 10. Trees ornamental grasses, and shrubs will receive fertilizer once annually durin the maintenance period. The application for all trees shall be a anular fertilizer, 50% slow release with N-P-K ratio of 10-10-10 at a rate of %Z pound evenly spread over a diameter often feet 10' surrounding the tree trunk. The a lication for ornamental piasses and shrubs shall be a granular fertilizer, 50% slow release with N-P-K ratio of 10-10-10 at a rate of 5 pounds p er 1,000 s£ 11. All tree care must be supervised by an International Society of Arboriculture ISA Certified Arborist. Provide proof of ex erience Won request of the engineer, Remove tree staking and Ming one year after installation. For trees outside of bed areas maintain a four feet 4 mulch ring,free of grass and weeds. 12. Prune trees in accordance with ANSI A300 rgquirements. Remove dead diseased or damaged limbs on trees within 10 days of discovery. Prune trees a minimum of lx per year, and at the discretion of the Cft . Avoid pruning trees between February 15 and June 15. 13. Maintenance of ornamental grass and shrubs shall be supervised by either an American Society of Horticultural Science ASHA Certified Horticulturist-, or by a Texas Nursery & Landscape Association TNLAZCertified Nursery Professional. 14. Shrub and grass pruning shall be performed in a manner to maintain the natural sha e of the plant materials and `box' 'hedge', and `lolli- o ' nruninQ shall not be permitted. Provide the following for ornamental asses: a. Low ornamental grasses shall be cut low to a finished height of five inches�5" once annually, in the month of January. b. Bluestem grasses shall be but to a finished hei t of eight inches 8" twice annually. Once in late February, and once in early July. c. Large ornamental grasses shall be cut to a finished hei ht of eight inches 8" once annually in late February. 15. Contractor shall re lace any plant that does not survive. It shall be re laced as soon as it is determined no longer alive. Contractor is to maintain new plants as described above until growth is established and maintenance period expires unless waived by the City. C. General Maintenance Notes and Specification Data CITY OF FORT WORTH Riverside Community Park Phase i Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS City Project. No. CO1196 Revised September 10, 2014 329343-10 TREES AND SHRUBS Page 10 oft 0 1. Repair or replace all damaged materials regardless of the causes including damage or loss caused by the Contractor, third parties, or acts of nature. Re air/re lacements will take place within ten 10 calendar dj1s of the notification. At the direction of the City, plant material will be replaced at the start of the next planting season. In such cases remove dead plants immediately. Plant and irrigation maintenance work performed during this maintenance period will be aid for at the unit price for "Landscape and Irrigation Maintenance". Ali re airs and re lacements are subsidiary to the "Landsca e and Irrigation Maintenance" bid item. 2. Maintain a weekly -account of all activities during the maintenance period. The record will be typed and placed in a three ring binder and will contain at a minimum, the following items: a. Description of work b. Date begun and finished c. Materials used d. Rates of application e. List of damaged materials to be ro aired/rgp laced f. List of items being repaired/rel2laced 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1, LA — Payment Items removed for tree removal and transplantation; these Items are 12/20/2012 D. Johnson to be performed in accordance with Section 31 10 00. 3.13.A — modified maintenance period to begin 12 months after final acceptance 3.13.13 -- Modified maintenance period requirements CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 r SECTION 32 93 45 TREE PROTECTION PART1- GENERAL 1.1 SUMMARY 329345-1 TREE PROTECTION Page 1 of3 A. Section Includes 1. Protection of trees to remain in place from foliage, trunk, and root damage that may result from construction operations. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES j A. Measurement and Payment 1. Measurement a. This item is considered subsidiary to the various bid items in the proposal. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the various bid items in the proposal. No other compensation will be allowed. PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLATION A. Protection 1. Protect trees and shrubs that are to remain in place from foliage, trunk and root damage that may result from construction operations. 2. Preserve all trees not indicated on drawings to be removed. 3. Maintain all plant materials within the protection fencing in a healthy, vigorous condition, including watering, fertilizing, pruning, pest control, and any other activities deemed necessary by the arborist to ensure the viability and vigor of the protected plant materials. 4. A qualified arborist shall perform monthly site visits documented in accordance with monthly tree care and maintenance reports. a. Perform tree care and maintenance work in accordance with the qualified arborist's recommendations during the execution of the work. 5. Protect trees that are to remain from the following damage: a. Compaction of root area by material storage. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised September 10, 2014 329345-2 TREE PROTECTION Paget of3 b. Compaction by driving or parking within the drip -line. c. Trunk damage by moving equipment, material storage, nailing, or bolting. d. Girding by tying constrictive material to trees. e. Poisoning by pouring solvents, gas, paint, etc. on or around trees and roots. f Cuttingof f roots 1 'h" in diameter or over with machinery. All excavation and earthwork within the drip line of trees will be done by hand. g. Changes of soil pH factor by disposal of lime base material such as concrete, plaster, etc. h. Burning of material around tree or tree itself. L Damaging trees so that they are misshapen or sustain permanent damage. 6. Contractor shall contact NTTA project representative 48 hours (min) prior to construction to review the condition of existing trees installed and maintained b NTTA and verify the protective fencing has been installed Der the approved plans. a. Contact Information: Bryan Dennis, RLA N_TTA Assistant Project Manager 214-551 -2301 bdennis ntta.or B. Pruning 1. Trees shall be pruned if affected by temporary or new construction. 2. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during the Contract period as recommended by a qualified arborist. 3. Pruning Standards: Prune trees in accordance with ANSI A300 as follows: a. Type of Pruning: Crown Cleaning b. Type of Pruning: Crown Thinning c. Type of Pruning: Crown Raising d. Type of Pruning: Crown Reduction e. Type of Pruning: Vista Pruning f. Type of Pruning: Crown Restoration 4. Cut branches with sharp pruning instruments. 5. Pruning shall consist of the following methods: a. Remove deadwood and broken limbs. Remove cross branching where necessary. b. Root Pruning Trenching Operation: 1) Trenching areas shall be determined and marked in the field by the contractor and verified by a certified arborist prior to beginningprun pruning operations. 2) Machinery shall only be utilized within the drip Iine of existin trees to remove existing pavement prior to pruning of roots. 3) Further excavation to existing roots shall be done by hand. C. Roots shall be cut by hand tools, no machinery shall be utilized. D. Tree Protection Fence 1. Install tree protection fencing around all trees shown as existing on plans. 2. Tree protection fencing shall consist of: a. Woven wire fence installed with T-Bar posts. b. Posts shall be spaced 10' o.c. maximum. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. Co1196 Revised September 10, 2014 32 93 45 - 3 TREE PROTECTION Page 3 of 3 c. Place one strand, barbed wire along top of posts. d. Tie tundra weight orange flagging, 2' in length at 3' o.c. along wire. ` 3. Fencing to be installed at the drip line of all preserved trees unless construction occurs with in this zone. a. In that case, contact City for recommendations. 4. All protective fencing shall remain in place throughout the construction period. 5. a. Remove protection devices only after written permission has been granted by the City. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised September 10, 2014 DIVISION 33 UTILITIES 33 04 30 - 1 TEMPORARY WATER SERVICES Pagel of 4 SECTION 33 04 30 TEMPORARY WATER SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Water Service needed to maintain service during water main replacement project B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. Fire Hydrant Meters D. Related Specification Sections include, but are not necessarily limited to: I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I -- General Requirements 3. Specification 32 12 16 — Asphalt Paving 4. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10 — Water Services 1-inch to 2-inch 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2. Payment " of the type . 3. Pa meat for this item shall be subsidia to "Tem or Irri ation" and the various items bid. 4. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops f Temporary asphalt for crossings g. Traffic Control h. Disinfection CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 33 04 30 - 2 TEMPORARY WATER SERVICES Page of4 i. Removal of temporary services 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components — Health Effects 3. ASTM International (ASTM): a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR -PR) Based on Controlled Outside Diameter 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruption and meet requirements of Division 1. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Fire Hydrant Meters 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Description 1. Regulatory Requirements a. All Temporary Water Service components in contact with potable water shall conform to the requirements of NSF 61. B. Materials 1. Service Couplings, Fittings, and Corporation Stops a. Conform to Section 33 12 10. 2. Service lines CITY OF FORT WORTH Riverside Community Paris Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project. No. C01196 330430-3 TEMPORARY WATER SERVICES Page of4 u u a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 11 3. Temporary Water Service Main a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. 3/4-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. B. Temporary Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. b. If a fire hydrant is not available, tap existing water main. l) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main, unless approved by the City. 2. Water service a. Confect 3/-inch water service to 2-inch temporary water service main. b. Remove existing meters, tag with address and provide to City Inspector. c. Connect 3/4-inch temporary water service to existing private service. d. Cover domestic meter box with protective guard or barricade. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. CO1196 Revised July I, 2011 330430_4 TEMPORARY WATER SERVICES Page 4 of4 C. Intersection and Driveway Approach Crossing for Temporary Water Service 1. Crossing for Temporary Water Service Main a. Cover temporary service line with sufficient asphalt to protect service line and to provide a driveable crossing. b. If required to bury temporary service line due to high volume traffic, or other reasons required by the City, excavate, embed and backf ll in accordance with Section 33 05 10. 3.S REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ort] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each water service installation for leaks with full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 i i 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page] of20 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backflll for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: { ' 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 c. Embedment 21 f. Concrete encasement for utility lines 22 g. BackfiIl 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 L Division 0 — Bidding Requirements, Contract Forms, and Conditions of the S 28 i Contract 29 2. Division I — General Requirements 30 3. Section 02 41 13 -- Selective Site Demolition 31 4. Section 02 41 15 Paving Removal 32 5. Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 —Site Clearing 36 9. Section 3125 00 — Erosion and Sediment Control 37 10. Section 33 05 26 — Utility Markers/Locators 38 11. Section 34 71 13 —Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, CO1196 Revised December 12, 2016 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page of2o 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipeline 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item. are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans. No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre -bid item and measured as 19 provided under "Measurement" will be paid for at the unit price bid per 20 cubic yard of "Imported Embedirent/BackfilI" delivered to the Site for: 21 a) Various embedment/backfilI materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per cubic yard of "Concrete Encasement for Utility Lines" per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing, hauling, placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for "Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 12, 2016 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 1.3 REFERENCES A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: J L.� Y U M J a z NN i� INITIAL RACKFILL SPRINGLINE HAUNCHNG BEDDING FOUNDATION i xx D AREAS PRI UNPAVED AREAS EXCAVATED TRENCH WIDTH J Li Y U 4 m J Q Z w z 0 N w a_ ME OD CLEARANCE CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page of20 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas — The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 c. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity -.Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P - Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 12, 20 2 6 i 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page of20 1 b. Request the location of buried Iines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill :material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS INOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights -of -Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not stare material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. if the Contract Documents do not allow the storage of spoils, embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND 13ACKFILL Page of20 I d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible t0 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 A. Materials Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, Ioam or vegetable matter and meets the following gradation may be used for utility sand embedment/backf ll, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained V21 0 '/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 12, 2016 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 c. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imparted soils classified as CL, CH, SC or GC in accordance with ASTM. D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/ll portland cement CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 o€20 1 c. Water 2 1) Potable water, free of soils, acids, alkalis, organic matter or other 3 deleterious substances, meeting requirements of ASTM C94 4 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 5 e. Strength 6 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 7 D1633, Method A 8 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 9 D1633, Method A 10 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 11 that exceeds the maximum compressive strength shall be removed by the 12 Contractor for no additional compensation. 13 £ Random samples of delivered product will be taken in the field at point of 14 delivery for each day of placement in the work area. Specimens will be 15 prepared in accordance with ASTM D1632. 16 10. Controlled Low Strength Material (CLSM) 17 a. Conform to Section 03 34 13 18 11. Trench Geotextile Fabric 19 a. Soils other than ML or OH in accordance with ASTM D2487 20 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 21 2) Fibers shall retain their relative position 22 3) Inert to biological degradation 23 4) Resist naturally occurring chemicals 24 5) UV Resistant 25 6) Mirafi 140N by Tencate, or approved equal 26 b. Soils Classified as NIL or OH in accordance with ASTM D2487 27 1) High -tenacity monofllament polypropylene woven yarn 28 2) Percent open area of 8 percent to 10 percent 29 3) Fibers shall retain their relative position 30 4) Inert to biological degradation 31 5) Resist naturally occurring chernicals 32 6) UV Resistant 33 7) Mirafi FW402 by Tencate, or approved equal 34 12. Concrete Encasement 35 a. Conform to Section 03 30 0.0. 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL [NOT USED] 38 PART 3 - EXECUTION 39 3.1 INSTALLERS [NOT USED] 40 3.2 EXAMINATION 41 A. Verification of Conditions 42 1. Review all known, identified or marked utilities, whether public or private, prior to 43 excavation. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised December 12, 2016 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of20 1 2. Locate and protect all known, identified and marked utilities or underground 2 facilities as excavation progresses. 3 3. Notify all utility owners within the project limits 48 hours prior to beginning 4 excavation. 5 4. The information and data shown in the Drawings with respect to utilities is 6 approximate and based on record information or on physical appurtenances 7 observed within the project limits. 8 5. Coordinate with the Owner(s) of underground facilities. 9 6. Immediately notify any utility owner of damages to underground facilities resulting 10 from construction activities. 11 7. Repair any damages resulting from the construction activities. 12 B. Notify the City immediately of any changed condition that impacts excavation and 13 installation of the proposed utility. 14 3.3 PREPARATION 15 A. Protection of In -Place Conditions 16 1. Pavement 17 a. Conduct activities in such a way that does not damage existing pavement that is 18 designated to remain. 19 1) Where desired to move equipment not licensed for operation on public 20 roads or across pavement, provide means to protect the pavement from all 21 damage. 22 b. Repair or replace any pavement damaged due to the negligence of the 23 contractor outside the limits designated for pavement removal at no additional 24 cost to the City. 25 2. Drainage 26 a. Maintain positive drainage during construction and re-establish drainage for all 27 swales and culverts affected by construction. 28 3. Trees 29 a. When operating outside of existing ROW, stake permanent and temporary 30 construction easements. 31 b. Restrict all construction activities to the designated easements and ROW. 32 c. Flag and protect all trees designated to remain in accordance with Section 31 10 33 00. 34 d. Conduct excavation, embedment and backfill in a manner such that there is no 35 damage to the tree canopy. 36 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 37 specifically allowed by the City. 38 1) Pruning or trimming may only be accomplished with equipments 39 specifically designed for tree pruning or trimming. 40 f. Remove trees specifically designated to be removed in the Drawings in 41 accordance with Section 31 10 00. 42 4. Above ground Structures 43 a. Protect all above ground structures adjacent to the construction. 44 b. Remove above ground structures designated for removal in the Drawings in 45 accordance with Section 02 41 13 46 5. Traffic CITY OF FORT WORTI3 Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 12, 2016 330510-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 1 a. Maintain existing traffic, except as modified by the traffic control plan, and in 2 accordance with Section 34 71 13. 3 b. Do not block access to driveways or alleys for extended periods of time unless: 4 1) Alternative access has been provided 5 2) Proper notification has been provided to the property owner or resident 6 3) It is specifically allowed in the traffic control plan 7 c. Use traffic rated plates to maintain access until access is restored. 8 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 9 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 10 excavation that could impact the operations of an existing traffic signal. I 1 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 12 and detector loops. 13 c. Immediately notify the City's Traffic Services Division if any damage occurs to 14 any component of the traffic signal due to the contractors activities. 15 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 16 cabinets, conduit and detector loops as a result of the construction activities. 17 7. Fences 18 a. Protect all fences designated to remain. 19 b. Leave fence in the equal or better condition as prior to construction. 20 3.4 INSTALLATION 21 A. Excavation 22 1. Excavate to a depth indicated on the Drawings. 23 2. Trench excavations are defined as unclassified. No additional payment shall be 24 granted for rock or other in -situ materials encountered in the trench. 25 3. Excavate to a width sufficient for Iaying the pipe in accordance with the Drawings 26 and bracing in accordance with the Excavation Safety Plan. 27 4. The bottom of the excavation shall be firm and free from standing water. 28 a. Notify the City immediately if the water and/or the in -situ soils do not provide 29 for a firm trench bottom. 30 b. The City will determine if any changes are required in the pipe foundation or 31 bedding. 32 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 33 excavation shall not advance beyond the pipe placement so that the trench may be 34 backfilled in the same day. 35 6. Over Excavation 36 a. Fill over excavated areas with the specified bedding material as specified for 37 the specific pipe to be installed. 38 b. No additional payment will be made for over excavation or additional bedding 39 material. 40 7. Unacceptable Backfill Materials 41 a. In -situ soils classified as unacceptable backfill material shall be separated from 42 acceptable backfill materials. 43 b. If the unacceptable backfill material is to be blended in accordance with this 44 Specification, then store material in a suitable location until the material is 45 blended. 46 c. Remove all unacceptable material from the project site that is not intended to be 47 blended or modified. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 r- 3305 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 20 1 8. Rock — No additional compensation will be paid for rock excavation or other 2 changed field conditions. 3 B. Shoring, Sheeting and Bracing 4 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 5 specific excavation safety system in accordance with Federal and State 6 requirements. 7 2. Excavation protection systems shall be designed according to the space limitations 8 as indicated in the Drawings. 9 3. Furbish, put in place and maintain a trench safety system in accordance with the 10 Excavation Safety Plan and required by Federal, State or local safety requirements. 11 4. if soil or water conditions are encountered that are not addressed by the current 12 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 13 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 14 City. 15 5. Do not allow soil, or water containing soil, to migrate through the Excavation 16 Safety System in sufficient quantities to adversely affect the suitability of the 17 Excavation Protection System. Movable bracing, shoring plates or trench boxes 18 used to support the sides of the trench excavation shall not: 19 a. Disturb the embedment located in the pipe zone or lower 20 b. Alter the pipe's line and grade after the Excavation Protection System is 21 22 removed c. Compromise the compaction of the embedment located below the spring line of 23 the pipe and in the haunching 24 C. Water Control 25 1. Surface Water 26 a. Furnish all materials and equipment and perform all incidental work required to 27 direct surface water away from the excavation. 28 2. Ground Water 29 a. Furnish all materials and equipment to dewater ground water by a method 30 which preserves the undisturbed state of the subgrade soils. 31 b. Do not allow the pipe to be submerged within 24 hours after placement. 32 c. Do not allow water to flow over concrete until it has sufficiently cured. 33 d. Engage a licensed Engineer in the State of Texas to prepare a Ground Water 34 Control Plan if any of the following conditions are encountered: 35 1) A Ground Water Control Plan is specifically required by the Contract 36 Documents 37 2) If in the sole judgment of the City, ground water is so severe that an 38 Engineered Ground Water Control Plan is required to protect the trench or 39 the installation of the pipe which may include: 40 a) Ground water levels in the trench are unable to be maintained below 41 the top of the bedding 42 b) A fir►n trench bottom cannot be maintained due to ground water 43 c) Ground water entering the excavation undermines the stability of the 44 excavation. 45 d) Ground water entering the excavation is transporting unacceptable 46 quantities of soils through the Excavation Safety System. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 330510 -22 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of20 1 e. In the event that there is no bid item for a Ground Water Control and the City 2 requires an Engineered Ground Water Control Plan due to conditions 3 discovered at the site, the contractor will be eligible to submit a change order. 4 f. Control of ground water shall be considered subsidiary to the excavation when: 5 1) No Ground Water Control Plan is specifically identified and required in the 6 Contract Documents 7 g. Ground Water Control Plan installation, operation and maintenance 8 1) Furnish all materials and equipment necessary to implement, operate and 9 maintain the Ground Water Control Plan, 10 2) Once the excavation is complete, remove all ground water control 11 equipment not called to be incorporated into the work. 12 It. Water Disposal 13 1) Dispose of ground water in accordance with City policy or Ordinance. 14 2) Do not discharge ground water onto or across private property without 15 written permission. 16 3) Permission from the City is required prior to disposal into the Sanitary 17 Sewer. 18 4) Disposal shall not violate any Federal, State or Iocal regulations. 19 D. Embedment and Pipe Placement 20 I. Water Lines less than, or equal to, 12 inches in diameter: 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. If ground water is in sufficient quantity to cause sand to pump, then use 24 crushed rock as embedment. 25 1) If crushed rock is not specifically identified in the Contract Documents, 26 then crushed rock shall be paid by the pre -bid unit price. 27 d. Place evenly spread bedding material on a firm trench bottom. 28 e. Provide firm, uniform bedding. 29 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 30 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 31 proposed grade, unless specifically called for in the Drawings. 32 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 33 more than 12 inches, above the pipe. 34 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 35 the elevation of the valve nut. 36 j. Norm all blocking against undisturbed trench wall to the dimensions in the 37 Drawings. 38 k. Compact embedment and initial backfill. 39 1. Place marker tape on top of the initial trench backfill in accordance with 40 Section 33 05 26. 41 2. Water Lines 16-inches through 24-inches in diameter: 42 a. The entire embedment zone shall be of uniform material. 43 b. Utility sand may be used for embedment when the excavated trench depth is 44 less than 15 feet deep. 45 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 46 trench depths 15 feet, or greater. 47 d. Crushed rock shall be used for embedment for steel pipe. 48 e. Provide trench geotextile fabric at any location where crushed rock or fine 49 crushed rock come into contact with utility sand CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, CO1196 Revised December 12, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3305 10 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) �0 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. in. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) f 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment Iift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECCIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 3305 10-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of20 1 in. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 n. Place trench geotextile fabric on top of the initial backfill. 4 o. Place marker tape on top of the trench geotextile fabric in accordance with 5 Section 33 05 26. 6 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 7 a. The entire embedment zone shall be of uniform material. 8 b. Crushed rock shall be used for embedment. 9 c. PIace evenly spread bedding material on a firm trench bottom. 10 d. Spread bedding so that lines and grades are maintained and that there are no 11 sags in the sanitary sewer pipe line. 12 e. Provide firm, uniform bedding. I3 1) Additional bedding may be required if ground water is present in the 14 trench. 15 2) If additional crushed rock is required which is not specifically identified in 16 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 17 price. 18 f. Place pipe on the bedding according to the alignment shower in the Drawings. 19 g. The pipe line shall be within +0.1 inches of the elevation, and be consistent 20 with the grade shown on the Drawings. 21 h. Place and compact embedment material to adequately support haunches in 22 accordance with the pipe manufacturer's recommendations. 23 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 24 exceed the spring line prior to compaction. 25 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 26 but not more than 12 inches, above the pipe. 27 k. Compact the embedment and initial backftIl to 95 percent Standard Proctor 28 ASTM D 698. 29 1. Density test may be performed by City to verify that the compaction of 30 embedment meets requirements. 31 in. Place trench geotextile fabric on top of the initial backfill. 32 n. Place marker tape on top of the trench geotextile fabric in accordance with 33 Section 33 05 26. 34 5. Storm Sewer (RCP) 35 a. The bedding and the pipe zone up to the spring line shall be of uniform 36 material. 37 b. Crushed rock shall be used for embedment up to the spring line. 38 c. The specified backfill material may be used above the spring line. 39 d. Place evenly spread bedding material on a firm trench bottom. 40 e. Spread bedding so that lines and grades are maintained and that there are no 41 sags in the storm sewer pipe line. 42 f. Provide firm, uniform bedding. 43 1) Additional bedding may be required if ground water is present in the 44 trench. 45 2) If additional crushed rock is required which is not specifically identified in 46 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 47 price. 48 g. Place pipe on the bedding according to the alignment of the Drawings. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 l 2 3 4 5 6 7 8 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 330510-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFIILL Page 15 of 20 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) ff additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. c. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 12, 2016 3305 10-16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of20 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment of the Drawings. 5 g. Place remaining embedment, including initial backfill, to a minimum of 6 6 inches, but not more than 12 inches, above the pipe. 7 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8 i. Density test may be required to verify that the compaction meets the density 9 requirements. 10 E. Trench Backfill 11 1. At a minimum, place backfill in such a manner that the required in -place density 12 and moisture content is obtained, and so that there will be no damage to the surface, 13 pavement or structures due to any trench settlement or trench movement. 14 a. Meeting the requirement herein does not relieve the responsibility to damages 15 associated with the Work. 16 2. Backfill Material 17 a. Final backfill depth less than 15 feet 18 1) Backfill with: 19 a) Acceptable backfill material 20 b) Blended backfill material, or 21 c) Select backfill material, CSS, or CLSM when specifically required 22 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 23 1) Backfill depth from 0 tol5 feet deep 24 a) Backfill with: 25 (1) Acceptable backfill material 26 (2) Blended backfill material, or 27 (3) Select backfill material, CSS, or CLSM when specifically required 28 2) Backfill depth from 15 feet and greater 29 a) Backfill with: 30 (1) Select Fill 31 (2) CSS, or 32 (3) CLSM when specifically required 33 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 34 1) Backfill with: 35 a) Acceptable backlill material, or 36 b) Blended backfill material 37 d. Backfill for service lines: 38 1) Backfill for water or sewer service lines shall be the same as the 39 requirement of the main that the service is connected to. 40 3. Required Compaction and Density 41 a. Final backfill (depths less than 15 feet) 42 1) Compact acceptable backfill material, blended backfill material or select 43 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 44 moisture content within -2 to +5 percent of the optimum moisture. 45 2) CSS or CLSM requires no compaction. 46 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 47 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 48 ASTM D 698 at moisture content within -2 to +5 percent of the optirnum 49 moisture. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 3305 10 - 17 UTILffY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 1 2) CSS or CAM requires no compaction. 2 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 3 1) Compact acceptable backfill material blended backfill material, or select 4 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 5 moisture content within -2 to +5 percent of the optimum moisture. 6 4. Saturated Soils 7 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 8 optimum moisture content, the soils are considered saturated. 9 b. Flooding the trench or water jetting is strictly prohibited. 10 c. If saturated soils are identified in the Drawings or Geotccbnical Report in the 11 Appendix, Contractor shall proceed with Work following all backfill 12 procedures outlined in the Drawings for areas of soil saturation greater than 5 13 14 d. percent. If saturated soils are encountered during Work but not identified in Drawings or 15 Geotechnical Report in the Appendix: 16 1) The Contractor shall: 17 a) Immediately notify the City. 18 b) Submit a Contract Claim for Extra Work associated with direction from 19 City. 20 21 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified 22 23 location. b) Direct the Contractor of changed backfill procedures associated with 24 the saturated soils that may include: 25 (1) Imported backfill 26 (2) A site specific backfill design 27 28 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a 29 particular soil type and within the space and depth limitation experienced in the 30 31 b. trench. Flooding the trench or water setting is strictly prohibited. 32 c. Place in loose lifts not to exceed 12 inches. 33 d. Compact to specified densities. 34 e. Compact only on top of initial backfill, undisturbed trench or previously 35 compacted backfill. 36 f. Remove any loose materials due to the movement of any trench box or shoring 37 or due to sloughing of the trench wall. 38 g. Install appropriate tracking balls for water and sanitary sewer trenches in 39 accordance with Section 33 05 26. 40 6, Backfill Means and Methods Demonstration 41 a. Notify the City in writing with sufficient time for the City to obtain samples 42 and perform standard proctor test in accordance with ASTM D698. 43 b. The results of the standard proctor test must be received prior to beginning 44 45 c. excavation. Upon commencing of backfill placement for the project the Contractor shall 46 demonstrate means and methods to obtain the required densities. 47 d. Demonstrate Means and Methods for compaction including: 48 1) Depth of lifts for backfill which shall not exceed 12 inches 49 2) Method of moisture control for excessively dry or wet backfill CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 3305 10-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 20 1 3) Placement and moving trench box, if used 2 4) Compaction techniques in an open trench 3 5) Compaction techniques around structure 4 e. Provide a testing trench box to provide access to the recently backfilled 5 material. 6 f. The City will provide a qualified testing lab full time during this period to 7 randomly test density and moisture continent. 8 1) The testing lab will provide results as available on the job site. 9 7. Varying Ground Conditions 10 a. Notify the City of varying ground conditions and the need for additional 11 proctors. 12 b. Request additional proctors when soil conditions change. 13 c. The City may acquire additional proctors at its discretion. 14 d. Significant changes in soil conditions will require an additional Means and 15 Methods demonstration. 16 3.5 REPAIR [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL 19 A. Field Tests and Inspections 20 1. Proctors 21 a. The City will perform Proctors in accordance with ASTM D698. 22 b. Test results will generally be available to within 4 calendar days and distributed 23 to: 24 1) Contractor 25 2) City Project Manager 26 3) City Inspector 27 4) Engineer 28 c. Notify the City if the characteristic of the soil changes. 29 d. City will perform new proctors for varying soils: 30 1) When indicated in the geotechnical investigation in the Appendix 31 2) If notified by the Contractor 32 3) At the convenience of the City 33 e. Trenches where different soil types are present at different depths, the proctors 34 shall be based on the mixture of those soils. 35 2. Density Testing of BackfiIl 36 a. Density Tests shall be in conformance with ASTM D2922. 37 b. Provide a testing trench protection for trench depths in excess of 5 feet. 38 c. Place, move and remove testing trench protection as necessary to facilitate all 39 test conducted by the City. 40 d. For final backfilI depths less than 15 feet and trenches of any depth not under 41 existing or future pavement: 42 1) The City will perform density testing twice per working day when 43 backfilling operations are being conducted. 44 2) The testing lab shall take a minimum of 3 density tests of the current lift in 45 the available trench. 46 e. For final backfill depths 15 feet and greater deep and under existing or future 47 pavement: CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 I 330510-19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 20 1 1) The City will perform density testing twice per working day when 2 back filling operations are being conducted. 3 2) The testing lab shall take a minimum of 3 density tests of the current lift in 4 the available trench. 5 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 6 f. Make the excavation available for testing. 7 g. The City will determine the location of the test. 8 h. The City testing lab will provide results to Contractor and the City's Inspector 9 upon completion of the testing. 10 i. A formal report will be posted to the City's Buz zsaw site within 48 hours. 11 j. Test reports shall include: 12 1) Location of test by station number 13 2) Time and date of test 14 3) Depth of testing 15 4) Field moisture 16 5) Dry density 17 6) Proctor identifier 18 7) Percent Proctor Density 19 3. Density of Embedment 20 a. Storm sewer boxes that are embedded with acceptable backflll material, 21 blended backfill material, cement modified backfill material or select material 22 will follow the same testing procedure as backfill. 23 b. The City may test fine crushed rock or crushed rock embedment in accordance 24 with ASTM D2922 or ASTM 1556. 25 B. Non -Conforming Work 26 1. All non -conforming work shall be removed and replaced. 27 3.8 SYSTEM STARTUP [NOT USED] 28 39 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 3o 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION Revision Log DATE J NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A -- Additional notes for pavement protection and positive drainage. 3A.E.2 -- Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised December 12, 2016 33 05 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/I8/2013 D. Johnson I quantity 2.2.A — Added language for concrete encasement 12/12/16 I Z. Arega I 2.2.A.1.d Modify gradation for sand material CITY OF FORT WORTH Riverside Community Parts Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 City Project. No. C01196 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page] of7 SECTION 33 OS 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and other miscellaneous structures to a new grade B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division. 1 — General Requirements 3. Section 32 01 17 — Permanent Asphalt paving Repair 4. Section 32 0129 Concrete Paving Repair 5, Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 10. Section 33 12 21 — AW WA Rubber -Seated Butterfly Valve 11. Section 33 04 11 — Corrosion Control Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole — Minor Adjustment grade as spervified en the DrwA4figs-. t, n nt 1) The wofiEperfafrned and the materials Pdr-nished if, aecordafieO with* c. Measurement and payment for this item shall be subsidia to "Site Grading" — and the various items bid. No se crate a will be allowed for this item. d. The price bid shall include: 1) Pavement removal 2) Excavation CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 3305 14 - 2 Page 2 of 7 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measufement modifiea+_o__s to +a+r+v OF 10vv LA a m Drawings.- 4.—P&y'xMtg4 item will be paid feF a4LG c. Measurement and pUment for this item shall be subsidiar to "Site Gradin ' and the various items bid. No separate ogy will be allowed for this item. d. The price bid shaII include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover 1) Measufemef4 for- this Rem shall b 9 ?7�nielit item will be paid for- at t'fG 1—I'ale Adjustment, c. Measurement and pUment for this item shall be subsidiary to "Site Grading". and the various items bid. No separate pU will be allowed for this item. d. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project, No. C0119b 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet a. Measufement b.__Pa}ff1e4 eeffl c. Measurement and pqyment for this item shall be subsidiary to "Site Gradin " and the various items bid. No se arate pU will be allowed for this item. d. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box C. Measurementnd payment for this item shall be subsidiary to "Site Gradin " and the various items bid. No se crate pgy will be allowed for this item. d. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 6. Cathodic Protection Test Station CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, C01196 Revised December 20, 2012 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 3305 14 -4 Page 4 of 7 on th&DraW*F1- b�rerit item will -be paid for Test Sta4ilon C. Measurement and pUment for this item shall be subsidiary to "Site Gradin " and the various items bid. No se arate PLty will be allowed for this item. d. The price bid shall include: 1) Pavement removal 2) Excavation 3) HauIing 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant bid pef c. Measurement and pUment for this item shall be subsidiary to "Site Grading!', and the various items bid. No separate p4y will be allowed for this item. d. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfiil 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 1.3 REFERENCES A. Definitions Minor Adjustment a. Refers to a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major Adjustment CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCT10N SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project. No. CO1196 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 a. Refers to a significant elevation change performed on an existing manhole which requires structural modification or when a 24-inch ring is changed to a 30-inch ring. B. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.55 — Manholes and Related Structures. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] L7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cast -in -Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 SO 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 05 13. E. Backfill material 1. See Section 33 05 10. F, Water valve box extension 1. See Section 33 12 20. Riverside Community Park Phase I Improvements Project CITY OF FORT WORTH City Project. No. C01196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTI4ER STRUCTURES TO GRADE 33 OS 14 - 6 Page 6 of7 G. Corrosion Protection Test Station I. See Section 33 04 11, H. Cast -in -Place Concrete Manholes I . See Section 33 39 10. 1. Precast Concrete Manholes I. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Examine existing structure to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification 1. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not, coordinate with City to verify final grade before beginning adjustment. 3.4 ADJUSTMENT A. Manholes, inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 4. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. B. Valve Boxes I. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3305 10, CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project. No. COI 196 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of7 D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 0129. 3.5 REPAIR I RESTORATION fNOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION f NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 1 D. Johnson jitems to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 -- Pavement repair requirements were added CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 330516-1 CONCRETE WATER VAULTS Pagel of 5 SECTION 33 05 -16 CONCRETE WATER VAULTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to `s a4er- Meter and Ve lt. The Drinking Fountain and Irrigation Pay Items. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each " 2 Drinking Fountain and Irrigation Service complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 330516-2 CONCRETE WATER VAULTS Page of5 C. C858, Standard Specification for Underground Precast Concrete Utility Structures d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. C. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data L Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. .External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications I. Meet the requirements of ACI 318. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty I. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project. No. CO1196 330516-3 CONCRETE WATER VAULTS Page 3 of5 I I PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance / Design Criteria I. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover / Door 1) For non -traffic areas — non H-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type 7 model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) incorporate a drain gaffer with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction — Conform to Section 03 30 00. 2. Frame and Cover — Conform to Section 33 05 13. 3. Grade Rugg — Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM. C923 or ASTM C1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner — Conform to Section 33 39 60. CITY OF FORT WORTH Riverside Community Park Phase I improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised December 20, 2012 33 05 16-4 CONCRETE WATER VAULTS Page 4 of 5 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume f 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment l . Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform. to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 96 Revised December 20, 2012 330516-5 CONCRETE WATER VAULTS Page 5 of5 t 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.B.3 — Modified vault batch door and ladder requirements 12/20/2012 D. Johnson 2.2.C.6 — Modified rubber seal requirements CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. CO1196 Revised December 20, 2012 I 33 05 30 - 1 LOCATION OF EXISTING UTILITIES Page I of 5 z i I 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None, 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Fonns, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 05 10 Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Exploratory Excavation of Existing Utilities 20 a. Me pA 21 1) Measurement for this 14em shall be per- eaeb exeavation perfeffned as 22 identified in the Drawings, di ee4ed. 23 h. -PayinepA 24 y) The fi orf r e _ to ials fu.....,... d in aeeefdemee with this Item 25 " will be paid for a+ �he u 26 bid A eh «E"! at , E-g atio f Existing utilities" .N aeified. 27 c. Measurement and pUment for this item shall be subsidiary to "Mobilization" 28 and the various items bid. No se arate Vay Will be allowed for this item. 29 d. The price bid shall include: 30 1) Grade survey 31 2) Pavement removal 32 3) Excavation 33 4) Utility Location 34 5) Hauling 35 6) Disposal of excess material 36 7) Furnishing, placing and compaction of embedment 37 8) Furnishing, placing and compaction of backfilI 38 9) Clean-up 39 10) Surface restoration 40 2. Vacuum Excavation of Existing Utilities 41 a, n ,r i# CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No, CO1I96 Revised December 20, 2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of5 1 1) MeasuremepA for- this Item shall be pep eaeh eEea�vation peFfer-med as 2 identified i +the Dr -a . i or s dire a,.,] n� 3 b. Pay 4 5 and fneasefed as provided under "MeasuremeW' will be paid for a4 the unit 7 c. Measurement and payment for this item shall be subsidiary to "Mobilization" 8 and the various items bid. No se crate pay will be allowed for this item. 9 d. The price bid shall include: 10 1) Grade survey 11 2) Pavement removal 12 3) Vacuum Excavation 13 4) Utility Location 14 5) Hauling 15 6) Disposal of excess material 16 7) Furnishing, placing and compaction of embedment 17 8) Furnishing, placing and compaction of backfill 18 9) Clean-up 19 10) Surface restoration 20 1.3 REFERENCES 21 A. Definitions 22 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method 23 used to locate existing underground utility as shown on the plans through the use of 24 standard excavation equipment. 25 2. Vacuum Excavation: Method used to locate existing underground utility as shown 26 on the plans through the use of geophysical prospecting equipment such as vacuum 27 excavation. 28 B. Reference Standards 29 L 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 3I Specification, unless a date is specifically cited. 32 2. American Society of Civil Engineers (ASCE) 33 a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and 34 Depiction of Existing Subsurface Utility Data) 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination 37 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 38 Exploratory Excavation of Existing Utilities. 39 2. Coordinate location of all other existing utilities within vicinity of excavation prior 40 to commencing Exploratory Excavation. 4I 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 42 commencement. 43 B. Sequencing 44 1. Exploratory Excavations shall be conducted prior to the construction of the entire 45 proj ect. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 2012 33 05 30 _ 3 LOCATION OF EXISTING UTILITIES Page 3 of 5 1 C. Scheduling 2 1. For critical utility locations, the City may choose to be present during excavation. 3 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 4 City personnel. 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS 8 A. Report of Utility Location 9 1. Horizontal location of utility as surveyed 10 2. Vertical elevation of utility as surveyed 1 I a. Top of utility 12 b. Spring line of utility 13 c. Existing ground 14 3. Material type, diameter and description of the condition of existing utility 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] f 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Verify location of existing utilities in accordance with the General Requirements, 26 the General Notes and the Drawings. 27 3.3 PREPARATION 28 A. Coordinate with City Survey, if applicable. E 29 3.4 INSTALLATION 30 A. Exploratory Excavation 31 1. Verify location of existing utility at location denoted on the Drawings, or as 32 directed by the City. 33 a. Expose utility to spring line, as necessary. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI196 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 5 1 b. Excavate and Backfll Trench for the Exploratory Excavation in accordance 2 with Section 33 05 10, 3 B. Vacuum Excavation 4 1. Verify Iocation of existing utility at location denoted on the Drawings, or as 5 directed by the City. 6 2. Designate the horizontal position of the existing underground utilities that are to be 7 located using geophysical prospecting equipment. 8 a. Acquire record documentation from and coordinate with utility companies, as 9 necessary to locate utility. 10 3. Perform excavation in general accordance with the recommended practices and 11 procedures described in ASCE Publication Cl/ASCE 38. 12 C. Upon completion of the utility locating, submit a report of the findings. 13 D. if location of utility is in conflict with the Drawings, notify the City Project Manager 14 for appropriate design modifications. 15 E. Place embedment and backfill in accordance with Section 33 05 10. 16 F. Once necessary data is obtained, immediately restore surface to existing conditions to: 17 1. Obtain a safe and proper driving surface, if applicable 18 2. Ensure the safety of the general public 19 3. The satisfaction of the City 20 3.5 REPAIR / RESTORATION [NOT USED] 2I 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD lox] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Title- Exploratory 13,xeavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation CITY OF FORT WORTII Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01 196 Revised December 20, 2012 330530-5 LOCATION OF EXISTING UTILITIES Page 5 of 5 1 1.3 —Added Definitions 3.4 —Added requirements for Vacuum Excavation CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised December 20, 20I2 3311 12 -1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of8 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 0131 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per Iinear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised April 1, 2013 33 11 I2 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Paget of e. Hauling f. Disposal of excess tuaterial g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up in. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards L Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works. Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. C. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN through 48 IN, for Water Transmission and Distribution. e. M23, PVC Pipe — Design and Installation. f. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 6. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED1 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shaII be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS I INFORMATIONAL SUBMITTALS A. Product Data CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, CO1196 Revised April 1, 2013 3311 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page3 of8 For PVC Pressure Pipe that is used for water distribution, wastewater force plains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900 or AWWA C905. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No, CO1196 Revised April 1, 2013 3311 12-4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page of8 b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900 and AWWA C905. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900 or AWWA C905. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter (inch) MiR Pressure Class (psi) 0.75 through 4.5 SDR 21 1.5 though 4 SCHED 40 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings CITY OF FORT WORTII Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COl 196 Revised April 1, 2013 3311 12-5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of S a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 or A)ATWA C905 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (P,) = 150 psi g. Surge Allowance (PS) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection — 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00, 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. Co1196 Revised April 1, 2013 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backf 11 below the water table. a) Reduce the coefficient of friction to 0,25. 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling I. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO 1196 Revised April 1, 2013 3311 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 b. Use only nylon ropes, slings or other liming devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash— during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. 2. Push -on Joints a. Install Push -On joints as defined in AWWA C900 and AWWA C905. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation } 1. See Section 33 05 26. 3.5 REPAUVRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD lox] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines j 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. E 3.8 SYSTEM STARTUP [NOT USED] a 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised April 1, 2013 33 11 12-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 —revised maximum joint deflection requirements 12/20/2012 D. Johnson 3.4.C.1-- Added reference to Ductile Iron Fittings 3.4.D — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B, 5. from "The pipe material shall be PVC, meeting the requirements ofASTM D1784, with a cell classification of 124 H." to 4/1/2013 F. Griffin "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of I Z4 '. CITY OF FORT WORTH Riverside Comrnunity Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1146 Revised April 1, 2013 331210-1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PARTI- GENERAL 1.1 SUMMARY A. Section Includes: Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised June 19, 2013 33 12 10-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 4) Corporation stop 5) Curb stop 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service Iine is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing a. Measurement „t 4) Measufemeat for this ve1v ia,�.. AA„e eenne4ian. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised June 19, 2013 331210-3 WATER SERVICES 1-INCH TO 2 1NCH Page 3 of 17 in rp4#L,,diR be for at the unit eaeb aeeer-danee with this a Rein will )aid priee-bi"er 1) private sefviee I++ 41np 6) R meval end Disposal of- Salvage of exrAing 2 inch or smaller wa4ef fn 1. ■ ■ y CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised June 19, 2013 331210-4 WATER SERVICES I -INCH TO 2-INCH Page 4 of 17 non . 7 ) P - _ ..t....,.A..,f •,�-znaTcrctt - e . ����33e,� separately) Jam '/-Gle.� 6-�� , 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water ]Hain to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. e. C 131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. D883, Standard Terminology Relating to Plastics. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION ]DOCUMENTS Revised June 19, 2013 City Project. No. Cg1196 33 12 10-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 3, American Water Works Association (AWWA): a. C700, Cold -Water Meters - DispIacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. S. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. L5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line i 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised June 19, 2013 33 12 10 -6 WATER SERVICES 1-1NCH TO 2-INCH Page 6 of 17 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements I. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sun]ight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers I . Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water ,Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria I. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. COI 196 Revised June 19, 2013 +►- 33 12 10-7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 3/ inch per foot or 0.1458 inch per inch ± 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 '/2 -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Bail type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject. No. C0114b Revised June 19, 2013 33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 a) 0-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 0-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide case and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide 0-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways skull be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double 0-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide Iead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 City Project. No. COI 196 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of] 7 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sbarp edges removed 3) Fit contour of pipe as follows: 4) 5) Nominal Pipe Size (inches Minimum Outside Diameter of Pipe (inches) Maximum Outside Diameter of Pipe (inches) 1.50 1900 2.000 2.00 2.375 2.500 2.25 2,875 3.000 4.00 4.900 5.000 6.00 6.900 7,100 8.00 9.050 9.300 10.00 11.100 11.400 Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that'/z inch remains after clamp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads. 6) The threads shall be full and free from shear. 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and smaller. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 '/z-inch and 2-inch services b. Brass castings per AWWA C800 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. COI 196 Revised June 19, 2013 331210-]0 WATER SERVICES 1-INCId TO 2-INCH Page 10 of 17 C. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with 0-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an 0-ring seat or a uniform flat drop -in flange gasket surface. 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1 % -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. a) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop -in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 1 1. Meter Boxes shall: a. Be constructed of: 1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Polymer body shall be black throughout and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. d) Exterior free from seams or parting lines e) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19.2013 City Project No. COI 196 331210-11 WATER SERVICES 14NCH TO 2-INCH Page 11 of 17 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type 11 Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. 1-inch Standard Meter Box 1) For use with services utilizing 518-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter: DFW38CIPS-I4-BODY or approved equal. 2) Polymer a) Size: 21-1/2-inch x 20-1/2-inch Box, 14 inches high b) Minimum inside working room: 19-1/2-inch x 16-1/2-inch c) Pipe slots (1) One pipe slot molded on the inlet end of the body that measures 2- 1/4-inch x 3-1/4-inch and one pipe slot on the outlet end of the body that measures for 7-1/2-inch center "U" Branch. d) Polymer body shall have a 1-inch bottom flange to resist settling of box after installation. 3) Concrete a) Size: 11-inch x 18-inch Box, 12 inches high e. 2-inch Standard Meter Box 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter: DFW1730C-12-BODY or approved equal. 2) Polymer a)" Size: 34-1/8-inch x 21-1/4-inch Box, 12 inches high b) Minimum inside working room: 31-3/4-inch x 16-5/16-inch c) Pipe Slots (1) One pipe slot molded on each end of body that measures 3-inch x 4-inch with optional molded 4-inch x 9-inch cut out. d) Polymer body shall have a molded'/2-inch bow centered on sidewall to resist backfilling per Drawings. e) Polymer body shall have a 2-1/2-inch bottom flange to resist settling of box after installation. 3) Concrete a) Size: 15-1/4-inch x 26-7/8-inch Box, 12 inches high f. Bullhead Standard Meter Box 1) For use with services utilizing two 5/8-inch x 3/-inch or 3/4-inch or I -inch Single service meter: DFW37C-12-BODY or approved equal 2) Polymer a) Size: 21-inch x 14-3/4-inch, 12 inches high b) Minimum inside working room: 19-1/8-inch x 10-7/16-inch c) Pipe Slots (1) One pipe slot molded on each end of body that measures 2-1/4-inch x 3-1/4-inch. d) Polymer body shall have a 1-inch bottom flange to resist settling of box after installation. 3) Concrete a) Size: 15-518-inch x 15-5/8-inch Box, 12 inches high Riverside Community Park Phase I improvements Project CITY OF FORT WORTHCity Project. No. COCO1196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 331210-12 WATER SERVICES 14NCH TO 2-INCH Page 12 of 17 12. Meter Box Lid a. Cast Iron or Ductile Iron 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 2) ShaII withstand a minimum vertical Ioad of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of=�l/l6 inch per foot. 5) All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. 6) Casting weights may vary f5 percent from drawing weight per industry standards. b. PIastic 1) The lid shall be; a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Polymer Lid shall be black throughout and shall have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Polymer Lid shall be black throughout with no blowing agents or foaming plastics (3) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (4) Exterior free from seams or parting lines. (5) PoIymer lid shall have a molded tread -pattern- tread dimensions shall be .188-inch x .938-inch x. 150-inch deep. (6) Polymer Lid shall have "City of Fort Worth" molded into the Iid. (7) Polymer lid shall have "Water Meter" molded into the lid- Font shall be std. Fadal CNC font with I -inch characters x . I50-inch deep. (8) Polymer Lid shall have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (9) Polymer lid shall have 2 pieces of/z-inch rebar located in lid pockets for locatability as shown in Drawings. b) Domestic Manufacture Only -Made in USA molded on Lid. c) Not to be installed in roadway -designed to withstand loading in non - deliberate and incidental traffic only. d) Able to withstand a minimum 15,000 pounds vertical load e) Engineered Plastic with ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid a) For use with services utilizing 5/8-inch x'/-inch, 3/-inch or 1-inch meter Single or Dual service meter: DFW38C-IEPA FTW-LID or approved equal. b) Size: 18-inch x 17-inch, 2 inches high c) For use with Class A Standard Meter Box DFW38CIPS-I4-BODY or approved equal. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 City Project. No. CO1196 331210-13 WATER SERVICES 1-INCH TO 2-INCH Page 13of17 a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter: DFW1730C-1EPA FTW-LID or approved equal. b) Size: 34-1/8-inch x 21-1/4-inch, 12 inches high c) For use with Class B Standard Meter Box DFW1730C-12-BODY or approved. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid a) For use with services utilizing two 5/8-inch x 3/-inch or 3/4-inch or I - inch Single service meter: DFW37C-IEPA FTW-LID or approved equal. b) Size: 17-3/4-inch x 11-inch, 1-3/4 inches high c) For use with Class C Standard Meter Box DFW37C-12-BODY or approved equal. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip I '/z-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14, Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3, The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type Riverside Community Park Phase I Improvements Project CITY OF FORT WORTHSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. Na. COCO1 l9b Revised June 19, 2013 33 12 10 - 14 WATER SERVICES I -INCH TO2-INCH Page 14 of 17 C. Size of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents, 5. Perform Ieak tests in accordance with Section 33 04 40. 6. Replace existing 3/-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfiIl trenches in accordance with Section 33 05 10. B. Handling I. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash —during and after the Iaying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 14. 2013 City Project. No. COI 196 33 12 10 -15 WATER SERVICES 1-INCI3 TO 2-INCH Page 15 of 17 (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter '/2 inch to 3/4 inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C41196 Revised June 19, 2013 33I210-16 WATER SERVICES 1-INCH TO 2-1NCH Page 16 of 17 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR1 SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING fNOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION fNOT USED] 3.13 MAINTENANCE fNOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTIJ Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June I9, 2013 City Project. No. CO1196 331210-17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 Riverside Community Park Phase I Improvements Project CITY OF FORT WORTH City Project. No. CO1196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 331225-1 CONNECTION TO EXISTING WATER MAINS Page I of 8 I I SECTION 33 12 25 2 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing 'water main 9 c. Installing a tapping sleeve and valve 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division I — General Requirements 16 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 17 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 18 5. Section 33 05 30 — Location of Existing Utilities 19 6. Section 33 11 05 — Bolts, Nuts, and Gaskets 20 7. Section 33 11 10 —Ductile Iron Pipe 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Connection to an existing unpressurized Fort Worth Water Distribution System 24 Main that does not require the City to take part of the water system out of service 25 a. Measurement idiary to the water pipe being installed. 26 1) This item is considered subs 27 b. Payment materials furnished in accordance with this 28 1) The work performed and the 29 Item are subsidiary to the unit price bid per linear foot of water pipe 30 complete in place, and no other compensation will be allowed. 31 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 32 that requires a shutdown of some part of the water system 33 a. Measurement 34 1) Measurement for this Item shall be per each connection completed. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each "Connection to Existing 38 Water Main" installed for: 39 a) Various sizes of existing water distribution main Riverside Community Park Phase I Improvements Project CITY OF FORT WORTH City Project. No. C01196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Paget ofS 1 c. The price bid shall include all aspects of making the connection including, but 2 not limited to: 3 1) Preparing submittals 4 2) Dewatering 5 3) Exploratory excavation (as needed) 6 4) Coordination and notification 7 5) Remobilization 8 6) Temporary lighting 9 7) Polyethylene encasement 10 8) Make-up pieces 11 9) Linings 12 10) Pavement removal 13 11) Excavation 14 12) Hauling 15 13) Disposal of excess material 16 14) Clean-up 17 15) Cleaning 18 16) Disinfection 19 17) Testing 20 3. Connection to an existing pressurized Fort Worth Water Distribution System Main 21 by Tapping Sleeve and Valve: 22 a. Measurement 23 1) Measurement for this Item shall be per each connection completed. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Tapping Sleeve and 27 Valve" installed for: pp g 28 a) Various sizes of connecting main 29 b) Various sizes of existing water distribution main 30 c. The price bid shall include all aspects of making the connection including, but 31 not limited to: 32 1) Preparing submittals 33 2) Dewatering 34 3) Exploratory excavation (as needed) 35 4) Coordination and notification 36 5) Tapping Sleeve and Tapping Valve 37 6) Remobilization 38 7) Temporary lighting 39 8) Polyethylene encasement 40 9) Make-up pieces 41 10) Linings 42 11) Pavement removal 43 12) Excavation 44 13) Hauling 45 14) Disposal of excess material 46 15) Clean-up 47 16) Cleaning 48 17) Disinfection 49 18) Testing CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 City Project. No. CO1196 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of s ' 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 7 8 3. ASTM International (ASTM): 9 a. A36, Standard Specification for Carbon Structural Steel. 10 b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 11 High Temperature or High Pressure Service and Other Special Purpose 12 13 Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 14 Pressure or High Temperature Service, or Both 15 d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 16 e. A283, Standard Specification for Low and Intermediate Tensile Strength 17 Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 18 19 and Intermediate -Tensile Strength. 20 g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. System for Rubber Products in Automotive 21 h. D2000, Standard Classification 22 Applications. 23 4. American Water Works Association (AWWA): 24 a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service —Sizes 4 IN through 144 1N. 25 26 c. C213, Fusion Bonded Epoxy Coating for the Interior and Exterior of Steel 27 Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 28 29 5. American Water Works Association/American National Standards Institute 30 31 (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile -Iran Pipe Systems. 32 b. CI l I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 33 34 Fittings. c. CI15A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray -Iron 35 Threaded Flanges. 36 3-7 6. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 38 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 39 40 (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Pre -installation Meetings 43 1. Required for any connections to an existing, pressurized 16-inch or larger City 44 water distribution system main that requires a shutdown of some part of the water 45 system Riverside Community Park Phase I Improvements Project CITY OF FORT WORTH City Project. No. COI 196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 331225-4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 2. May also be required for connectioil ns that involve shutting water service off to 2 certain critical businesses 3 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time 4 for the work to occur. 5 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 6 5. Review work procedures as submitted and any adjustments made for current field 7 conditions. 8 6. Verify that all valves and plugs to be used have adequate thrust restraint or 9 blocking. 10 7. Schedule a test shutdown with the City. 11 8. Schedule the date for the connection to the existing system. 12 B. Scheduling 13 1. Schedule work to make all connections to existing 16-inch and larger mains: 14 a. During the period from November through April, unless otherwise approved by 15 the City 16 b. During normal business hours from Monday through Friday, unless otherwise 17 approved by the City 18 2. Schedule City Valve Crew by 1:00 P.M. a ininimum of 1 business day prior to 19 planned disruption to the existing water system. 20 a. In the event that other water system activities do not allow the existing main to 21 be dewatered at the requested time, schedule work to allow the connection at an 22 alternate time acceptable to the City. 23 1) If water main cannot be taken out of service at the originally requested. 24 time, coordination will be required with the City to discuss rescheduling 25 and compensation for mobilization. 26 2) No additional payment will be provided if the schedule was altered at the 27 Contractor's request. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 01 33 00. 30 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 31 specials. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data, if applicable 34 1, Tapping Sleeve noting the pressure rating and coating system supplied including: 35 a. Dimensions, weights, material list, and detailed drawings 36 b. Maximum torque recommended by the manufacturer for the valve by size 37 B. Submittals 38 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 39 by City that includes: 40 a. Results of exploratory excavation 41 b. Dewatering 42 c. Procedure for connecting to the existing water main CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 City Project. No. CO1196 33 12 25 - 5 CONNECTION TO EXISTING WATERMAINS Page 5 of 8 1 d. Time period for completing work from when the water is shut down to when 2 the main is back in service 3 e. Testing and repressurization procedures 4 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 5 must be certified and provide Welding Certificates, upon request, in accordance 6 with AWWA C200. 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 11 A. Storage and Handling Requirements 12 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 13 from the time of shipment until installation is completed. 14 2. Protect all equipment and parts against any damage during a prolonged period at the 15 site. 16 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 17 built and securely bolted thereto. 18 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 19 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 20 extremes in temperature. 21 6. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 111 FIELD [SITE] CONDITIONS [NOT USED1 24 1.12 WARRANTY 25 A. Manufacturer Warranty 26 1. Manufacturer's warranty shall be in accordance with Division 1. 27 PART 2 - PRODUCTS 28 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED1 29 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 30 A. Manufacturers 31 1. Only the manufacturers as listed by the City's Standard Products List will be 32 considered as shown in Section 0160 00. 33 a. The manufacturer must comply with this Specification and related Sections. 34 2. Any product that is not listed on the Standard Products List is considered a 35 substitution and shall be submitted in accordance with Section 01 25 00. 36 P. Description 37 1. Regulatory Requirements Riverside Community Park Phase I Improvements Project CITY OF FORT WORTH City Project. No. COI 196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 331225-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 2 this Specification. 3 b. All valve components in contact with potable water shall conform to the 4 requirements of NSF 61. 5 C. Tapping Sleeve Materials 6 1. Body 7 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 8 A36 Steel or equal 9 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 10 applied per AWWA C213. 11 c. All buried tapping sleeves shall be provided with polyethylene encasement in 12 accordance with AWWA/ANSI CI05/A21.5. 13 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 14 2. FIange 15 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 16 B 16.1 Class 125, 17 b. Recessed for tapping valve per MSS SP-60 18 3. Bolts and Nuts 19 a. Flanged Ends 20 1) Meet requirements of AWWA Cl 15 or AWWA C207 depending on pipe 21 material. 22 2) Provide bolts and nuts in accordance with Section 33 11 05. 23 4, Gaskets 24 a. Provide gaskets in accordance with Section 33 11 05. 25 5. Test Plug 26 a. 3/-inch NPT carbon steel with square head and fusion bonded epoxy coating 27 2.3 ACCESSORIES fNOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Verification of Conditions 33 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 34 in the Drawings and that the location is suitable for a connection to the existing 35 water main. 36 a. Excavate and backfill trench for the exploratory excavation in accordance with 37 3305 10, 38 2. Verify that all equipment and materials are available on —site prior to the shutdown 39 of the existing main. 40 3. Pipe lines shall be completed, tested and authorized for connection to the existing 41 system in accordance with Section 33 04 40, CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 City Project. No. COI I96 VM 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in service. 6 B. Procedure 7 1. Expose the proposed connection point in accordance with Section 33 05 10. 8 2. Dewater the existing water line so the chlorinated water is not unlawfully 9 discharged. 10 3. Maintain the water that may bleed by existing valves or plugs during installation 11 within the work area to a reasonable level. 12 a. Control the water in such a way that it does not interfere with the proper 13 installation of the connection or create a discharge of chlorinated water. 14 4. If any discharge of chlorinated water occurs, discharged water shall be de- 15 chlorinated in accordance with Section 33 04 40 16 5. Cut and remove existing water main in order to make the connection. 17 6. Verify that the existing pipe line is suitable for the proposed connection. 18 7. Place trench foundation and bedding in accordance with 33 05 10. 19 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 20 water main shall be submitted to the City. 21 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 22 10. Establish thrust restraint as provided for in the Drawings. 23 11. Clean and disinfect the pipeline associated with the connection in accordance with 24 Section 33 04 40, 25 12. Place embedment to the top of the pipe zone. 26 13. Request that the City Valve Crew re -pressurize the pipeline. 27 14. Directionally flush the connection in accordance with Section 33 04 40. 28 15. Request that City Valve Crew open all remaining valves. 29 3.5 REPAIR/RESTORATION [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD [oiz] SITE QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 312 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] Riverside Community Park Phase I Improvements Project CITY OF FORT WORTH City Project. No. COI 196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 4 3.14 ATTACHMENTS [NOT USED] 331225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I2/20/2012 D. Johnson 2.2.C.3 and 4 —Added reference to Section 33 11 OS and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04M CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 City Project. No. CO1196 33 1230- 1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 1 of 8 I SECTION 33 12 30 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 1. 2-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies 6 7 (Combination Air Valves) for potable water systems including: 8 a. Combination air -release and airlvacuum valve 9 b. Tap to water main 10 c. Lead-free Inlet piping and appurtenances 11 d. Vent piping and appurtenances 12 e. Vault enclosure and appurtenances 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 — General Requirements 19 3. Section 33 05 13 — Frame, Cover and Grade Rings 20 4. Section 33 11 10 —Ductile Iron Pipe 21 5. Section 33 11 11 — Ductile Iron Fittings 22 6. Section 33 11 14 — Buried Steel Pipe and Fittings 23 7. Section 33 12 10 — Water Services 1-Inch to 2-Inch 24 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 25 9. Section 33 39 20 — Precast Concrete Manholes 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 29 1. Measurement a. Measurement for this Item shall be per each. 30 31 2. Payment a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under "Measurement" will be paid for at the unit price 33 bid per each "Water Air Release Valve & Vault" installed for: 34 1) Various inlet sizes 35 3. The price bid shall include: 36 a. Furnishing and installing Combination Air Valves with appurtenances as 37 specified in the Drawings 38 b. Air valve vault and appurtenances 39 c. Tapping the main 40 d. Isolation valves CITY OF FORT WORTH Riverside Community Park Phase I improvements Project City Project. No. CO] 196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 331230-2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 1 e. Fittings 2 f: Vent piping 3 g. Vent cover and/or enclosure 4 h. Vent enclosure and/or pipe bollard protection, if required 5 i. Excavation and backfill 6 1.3 REFERENCES 7 A. Definitions 8 L Combination Air Valve: A device having the features of both an air -release valve 9 and an air/vacuum valve 10 I 1 2. Inlet: The opening at the base of the Combination Air Valve mechanism through which air and water from the pipeline enters 12 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 13 14 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain Iess 15 than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. I11-380). 16 17 5. Orifice. The opening in the Combination Air Valve mechanism through which air 18 is expelled from or admitted into the pipeline or piping system. Some valves may have multiple orifices. 19 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the 20 orifice, through which air enters or exits the Air Valve 21 22 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault 23 B. 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 elate Iogged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Iron and Steel Institute (AISI). 28 3. ASTM International (ASTM): 29 a. A536, Standard Specification for Ductile Iron Castings. 30 4. American Water Works Association (AWWA): 31 a. C512, Air -Release, Air/Vacuum, and Combination Air Valves for Waterworks 32 Service. 33 b. M51, Air -Release, Air/Vacuum, and Combination Air Valves. 34 5. NSF International (NSF): 35 a. 61, Drinking Water System Components -Health Effects, 36 6. Reduction of Lead in Drinking Water Act 37 a. Public Law 111-380 (P.L. I I 1-380) 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project. No. CO1196 331230-3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 a i 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Combination Air Valves 4 a. Application type 5 b. Working pressure rating 6 c. Test pressure rating 7 d. Surge pressure rating 8 e. Inlet size 9 f. Small orifice size 10 g. Large orifice size 11 2. Valve vault and appurtenances 12 3. Tapping appurtenances 13 4. Isolation valves 14 5. Fittings 15 6. Vent piping 16 7. Vent cover and/or enclosure 17 8. Vent enclosure and/or pipe bollard protection 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Combination Air Valves of the same size shall be the product of 1 24 manufacturer, unless approved by the City. 25 b. Combination air valves shall be in conformance with AWWA C512. 26 B. Certifications 27 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with 28 AWWA C512. 29 1.10 DELIVERY, STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Protect all parts such that no damage or deterioration will occur during a prolonged 32 delay from the time of shipment until installation is completed and the units and 33 equipment are ready for operation. 34 2. Protect all equipment and parts against any damage during a prolonged period at the 35 site. 36 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 37 strongly built and securely bolted thereto. 38 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 39 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 40 extremes in temperature. CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO]196 Revised December 20, 2012 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATERS STEMS Page of8 1 6. Secure and maintain a location to store the material in accordance With 2 Section 01 66 00. 3 1.11 FIELD CONDITIONS [NOT USED] 4 1.12 WARRANTY 5 A. Manufacturer Warranty 6 L Manufacturer's Warranty shall be in accordance With Division 1. 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 9 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed on the City's Standard Products List Will be I2 considered as shown in Section 01 60 00. 13 a. The manufacturer must comply with this Specification and related sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 01 25 00. 16 3. The Combination Air Valve shall be new and the product of a manufacturer 17 regularly engaged in the manufacturing of air release/air vacuum valves having 18 similar service and size. 19 B. Description 20 L Regulatory Requirements 21 a. Combination Air Valves shall meet or exceed the latest revisions of 22 AW WA C512 and shall meet or exceed the requirements of this Specification. 23 b. All Combination Air Valve components in contact with potable water shall 24 conform to the requirements of NSF 61. 25 c. All materials shall conform to the Reduction of Lead in Drinking Water 26 Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other 27 appurtenances to be less than 0.25 percent lead. 28 C. Performance / Design Criteria 29 1. Capacities 30 a. Water Application = Potable Water 31 b. Working Pressure from 10 psi to 150 psi 32 c. Test Pressure = 225 psi 33 d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract 34 Documents 35 e. Size 36 1) Each orifice size must be sufficient to meet the requirements set forth in 37 AWWA M51 and indicated on the Drawings. 38 2. Function 39 a. High volume discharge during pipeline filling 40 b. High volume intake through the large orifice 41 c. Pressurized air discharge 42 d. Surge Dampening/Controlled discharge rates CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2d 12 City Project No. CO 1196 I I 33 12 30 - 5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of S 1 1) The valve shall have an integral surge alleviation mechanism which shall 2 operate automatically to limit transient pressure rise or shock induced by 3 closure due to high velocity air discharge or the subsequent rejoining of the 4 separated water columns. The limitation of the pressure rise shall be 5 achieved by decelerating the approaching water prior to valve closure. 6 D. Materials 7 1. Combination Air Valve 8 a. Internal parts 9 1) Non -corroding material such as stainless steel or high density polyethylene 10 b. Valve body 11 1) AIS1 304 stainless steel or ASTM A536 ductile iron 12 2) Equipped with intake and discharge flanges 13 c. Inlet/Discharge orifice area 14 1) Equal to the nominal size of the valve 15 E. Finishes 16 1. Finish Materials 17 a. Supply all ductile iron Combination Air Valves with a factory applied fusion 18 bonded epoxy coating with a final coating thickness of 16 mils minimum. 19 2.3 ACCESSORIES 20 A. For 2-inch Combination Air Valve Assemblies: 21 1. Tap 22 a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in 23 accordance with Section 33 12 10 24 2. Inlet Piping 25 a. 2-inch outlet between the tap and the isolation valve with the fallowing: 26 1) Threaded, lead-free brass piping 27 2) Threaded, lead-free brass tee 28 3) Threaded, lead-free brass hand wheel valves 29 3. Vent Piping 30 a. 4-inch minimum diameter, in accordance with the Drawings 31 4. Vent Screen 32 a. Stainless Steel (AISI 304) 33 5. Dropover Enclosure 34 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 35 6. Vault 36 a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 37 33 39 20. 38 b. Provide a 32-inch hinged cover with frame and glade ring in accordance with 39 Section 33 05 13. 40 c. Secure Air Valve to vault wail using a galvanized or stainless steel bracket 41 manufactured by Grinell, or equal, in accordance with the Drawings 42 B. For 3-inch to 8-inch Combination Air Valve Assemblies: 43 1. Tap 44 a. For 24-inch diameter mains: 45 1) Provide 24-inch blind flange outlet CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project, No. C01196 Revised December 20, 2012 33 1230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATERS STEMS Page 6 of & 1 b. For mains with 30-inch and greater diameter: 2 1) Provide 30-inch blind flange outlet 3 c. For ductile iron and PVC mains, provide mechanical joint x flange tee with 4 tapped flange. 5 2. Inlet Piping 6 a. Flanged ductile iron or steel, depending on ]Hain material, in accordance with 7 Drawings 8 b. Corporation stops shall be in accordance with Section 33 12 10 and with 9 Drawings. 10 3. Isolation Valves 1 I a. Gate valve (flanged) in accordance with Section 33 12 20 with: 12 1) 2-inch operating nut, non -rising stem with enclosed miter gearing for 3- 13 inch and larger gate valves 14 4. Vent Piping 15 a. 4-inch minimum, ductile iron pipe, in accordance with Drawings 16 5. Vent Screen 17 a. Stainless Steel (AISI 304) 18 6. Dropover Enclosure 19 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 20 7. Vault 21 a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. 22 b. Manhole dimensions shall be in accordance with Drawings. 23 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 24 Section 33 05 13. 25 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 26 manufactured by Grinell, or equal, in accordance with the Drawings 27 C. Finishes 28 1. Primer Materials 29 a. Prime Vent Piping within vault, as well as above ground, for finish with a 30 product listed in on the City's Standard Products List in Section 01 60 00, 31 unless otherwise stated in the Drawings. 32 2. Finish Materials 33 a. Paint Vent Piping within vault, as well as above ground, with a product listed in 34 on the City's Standard Products List in Section 01 60 00, unless otherwise 35 stated in the Drawings. 36 b. Color to be selected by the City. 37 2.4 SOURCE QUALITY CONTROL 38 A. Tests and Inspections 39 1. Testing and inspection of Combination Air Valves shall be in accordance with 40 AWWA C512. 41 B. Markings 42 1. Each Combination Air Valve shall be marked in accordance with AWWA C512 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project. No. CO1196 33 12 30 - 7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 1 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] ] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. install in accordance with manufacturer's recommendations and as shown on the 8 Drawings. 9 2. Above ground and vault interior ductile iron piping and valves shall be painted in 10 accordance with City requirements, unless otherwise stated in the Drawings. 11 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in 12 accordance with Section 33 11 10 and Section 33 11 11 respectively. 13 3.5 REPAIR 1 RESTORATION [NOT USED] : 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Inspections 3 17 1. Pipe the large and small orifices directly to the vent piping. There direct discharge 18 of an orifice to an underground vault. 19 2. The valve shall perform as intended with no deformation, leaking or damage of any 5 20 kind for the pressure ranges indicated. 21 3. Before acceptance of the installed valve, the City Field Operations Staff shall have 1 22 the opportunity to inspect and operate the valve. 4 23 4. The City will assess the ease of access to the operating nut and ease of operating the 24 corporation stop. 25 5. If access and operation of the valve and its appurtenances meet the City Standard r 26 Detail, then the valve will be accepted as installed. 27 6. The Combination Air Valve assembly shall be free from any leaks. 28 B. Non -Conforming Work 29 1. If access and operation of the valve or its appurtenances does not meet the City's 30 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 31 the Contractor's expense. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised December 20, 2012 4 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page S of8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMNIARY OF CHANGE 12/20/2012 D. Johnson General: Modified specification to reflect materials and equipment in City Standard Detail; Removed cast -in -place manhole references CITY OF PORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project. No. C0119G DIVISION 34 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 1 SECTION 34 4130 2 ALUMINUM SIGNS AND SIGN POSTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 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 ­.. �.b....- _ __ - 15 a. meagu. ,,...e 16 17 bPayme 18 19 20 21 22 • 23 1ter brieat: the alaminum Sig "b 24 25 trials 26 3) Applieation of the baeltround niatef ials and messages to the sign panels 27ames, windbef 28 ''.,,�ips 29 and sign ' ' 30 sulk 31 32 33 34a. Measurement Y"t 35 36 th this item 37 « 38 shall be paid for at he unit priee N4 fi�,r,-Fieh Install Alum Sign Mast ARR 39 • 40 ' 41 CITY Or, PORT WORTHRiverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised November 12, 2013 344[ 30-2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 I s , of re"ir-edjoint 2 3 5 6 he Signs 7 3. Furnishing and Installing Ground .Mounted Aluminum Sign and Post Assemblies 8 a. Measurement 9 1) Measurement for this Item shall be subsidipm, to the v 't 1- I0eaek arlous I ems I peg assembly 41raished and installed, 11 b. Payment 12 13 4� The work performed and materials furnished in accordance with this Item shall be subsidig to various items bid. fOF at the Unit bid for 14Paid bf- . price I5 Mount" a), a_ +,. V uriQaS --r�pc� 16 c. The price bid shall include: 17 1) Fabrication of signs and posts 18 2) Treatment of sign panels required before application of background 19 materials 20 3) Application of the background materials and messages to the sign panels 21 4) Scheduling utility line locates 22 5) Furnishing and fabricating frames, win dbeams, stiffeners, or required joint 23 backing strips 24 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 25 support connections 26 7) Assembling and erecting the signs and posts 27 8) Preparing and cleaning the signs 28 4. Installing Ground Mounted Aluminum Sign and Post Assemblies 29 a. Measurement 30 31 1) Measurement for this Item shall be subsidiary to the various items bid. per eaok assembly installed. 32 b. Payment 33 4) The work performed and materials furnished in accordance with this Item 34 shall be subsidiary to the various items bid paid fef at the unit )rk-c�� 35 Sign „ . 36 c. The price bid shall include: 37 1) Scheduling utility line locates 38 2) Assembling and erecting the signs and posts 39 3) Preparing and cleaning the signs 40 41 a. MeasuFement 42 43 b. c 44 45 << 47 48 CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 City Project. No. C01196 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 1 fffifn 2 ba&ing strips 3, bolts, 4 stwoort eenneetions 5 b 7 8 9 installed.this 10 j1) le WME PeFfer-med + 1 ii 12it riee bid Inste4l. Alum Si ql-- 13 r,r,...f , inBi lied. 14 ' 15 16 ffames' 17 baeking ;trips 18 19 20 21 5) Wepesinig: and eleaning the 22 7. Removal of Signs 23 a. Measurement 24 4) Measurement for this Item shall subsidiary to the various items bid r 25 eaeh sign panel removed, eaek si ft pane"ad-p�' 26 27 b. Payment 28 4) The work performed and materials furnished in accordance with this Item 29 shall be subsidiM to the various items bid. 30 eaeb ii » ' 31 a) V i4ous types 32 33 c. The price bid shall include: 34 1) Removal of sign panel and post 35 2) Removal of sign panel 36 3) Backfill 37 4) Excavation 38 5) Returning materials to the City as specified in the plans 39 6) Cleaning sign panel if sign is to be reinstalled 40 1.3 REFERENCES 41 A. Reference Standards 42 1. 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 Standard Testing Materials (ASTM) 46 a. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Alloy 47 Sheet and Plate". CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised November 12, 2013 34 4I 30 - 4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 1 b. ASTM D4956 -- 09e 1 — "Standard Specification for Retroreflective Sheeting for 2 Traffic Control". 3 c. ASTM A 1011 / A 1011- 10 — "Standard Specification for Steel, Sheet and Strip, 4 Hot -Rolled, Carbon, Structural, High -Strength Low-AIloy, High -Strength Low- 5 Alloy with Improved Formability, and Ultra -High Strength". 6 d. ASTM B 117-09 — "Standard Practice for Operating Salt Spray (Fog) 7 Apparatus". 8 e. AASHTO M 120-08 — "Standard Specification for Zinc". 9 3. Texas Manual on Uniform Traffic Control Devices 10 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 11 Transportation, Standard Specifications for Construction and Maintenance of 12 Highways, Streets, and Bridges. 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 0133 00. 16 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 17 specials. 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Shop Drawings 20 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 21 approvaI prior to fabrication. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Delivery and Acceptance Requirements 27 1. Signs and parts shall be properly protected so that no damage or deterioration 28 occurs during a prolonged delay from the time of shipment until installation. 29 2. The Contractor shall secure and maintain a location to store the material in 30 accordance with Section 01 50 00. 31 B. Storage and Handling 32 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 33 edges, and faces are not damaged. 34 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 35 night and day, will be acceptable. 36 3. Replace unacceptable signs. 37 4. Store all finished signs off the ground and in a vertical position until erected. 38 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 39 6. Larger signs may be stored outside. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 City Project. No. COI 196 344130-5 ALUMINUM SIGNS AND SIGNPOSTS Page 5 of 9 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Aluminum Signs 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Sign blanks 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminu►n alloy meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, oil, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched according to industry standards and shall have an alodined finish applied per MIL-05541 Class 1A. 4. The thickness of each sign blank shall be uniform throughout. C. Sign sheeting 1. Acrylic overlay film a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The film sball be equal to or better than 3M Scotchlite ElectroCut Film Series 1170. c. Film shall be: 1) Durable 2) Transparent 3) Acrylic 4) Electronic-cuttable 5) Coated with a transparent, pressure sensitive adhesive 6) Have a removable synthetic liner — paper liner is not acceptable d. Film colors can include yellow, green, blue, brown, red, and orange. 2. Non -reflective vinyl film a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting for permanent signing. The film shall be equal to or better than 3M Scotchcal ElectroCut Film Series 7725. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised November 12, 2013 3441 30-6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 1 b. Film shall be: 2 1) Durable 3 2) 2 miI opaque cast vinyl 4 3) Coated with a transparent, pressure -sensitive adhesive 5 4) Have a removable synthetic liner —paper line is not acceptable 6 c. Film colors can include yellow, green, blue, brown, red, and orange. 7 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: 8 a. Be combined with other components for permanent signing 9 b. Typically be an unmetallized microprismatic lens retroreflective element 10 material 11 c. Have a smooth outer surface that essentially has the property of the 12 retroreflector over its entire surface 13 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or 14 other preparation for the adhesion to smooth, clean surfaces. 15 d. Be equal to or better than 3M Series 3930 16 e. Be of colors including white, yellow, green, red, blue, and brown 17 4. Super -high efficiency full cube retroreflective sheeting with pressure sensitive 18 adhesive shall: 19 a. Be combined with other components for permanent signing 20 b. Be a super -high efficiency, full cube retroreflective sheeting having the highest 21 retroreflectivity characteristics at medium and short road distances. 22 c. Typically be a microprismatic retroreflective element material 23 d. Have a smooth outer surface that essentially has the property of retroreflector 24 over its entire surface 25 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or 26 other preparation for adhesion to smooth, clean surfaces. 27 e. Be equal to or better than 3M Series 4000 28 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent 29 yellow, fluorescent yellow green, and fluorescent orange 30 D. Telescoping Steel Sign Post 31 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled 32 Carbon Sheet Steel, Structural Quality ASTM designation Al01 I / A1011- 10. 33 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 34 3. All posts and anchors shall be manufactured from raw steel, formed and welded on 35 the corner prior to receiving a triple coat protection of inline hot -dipped, galvanized 36 zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate 37 conversion coating and a cross -linked polyurethane acrylic exterior coating. 38 4. The interior shall receive a double coat of zinc based organic coating, tested in 39 accordance with ASTM B-117-09. 40 E. .Hardware 41 L Use galvanized steel, stainless steel, or dichromate -sealed alwninum for bolts, nuts, 42 washers, lock washers, screws, and other sign assembly hardware. 43 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 City Project. No. CO1196 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 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 FABRICATION 8 A. Sign blanks 9 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 10 of buckles, warps, burrs, dents, cockles, or other defects. 11 2. Do not splice individual extruded aluminum panel. 12 3. Complete the fabrication of sign blanks, including the cutting and drilling or 13 punching of holes, before cleaning and degreasing. 14 4. After cleaning and degreasing, ensure that the substrate does not came into contact 15 with grease, oils, or other contaminants before the application of the reflective 16 sheeting. 17 B. Sign sheeting 18 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 19 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 20 the sheeting manufacturer. 21 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 22 manner as the sign panel face. 23 4. Minimize the number of splices in the sheeting. 24 5. Overlap the lap -splices by at least 114 inch. 25 6. Provide a 1-foot minimum dimension for any piece of sheeting. 26 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 27 transparent films. 28 C. Sign messages 29 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 30 2. Use sign message material from the same manufacturer for the entire message of a 31 sign. 32 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 33 color and reflectivity. 34 4. Prevent runs, sags, and voids. 35 D. Telescoping steel sign posts 36 1. Permissible variation in straightness is 1/16 inch in 3 feet. 37 2. Tolerances are on the outside Size. Riverside Community Park Phase I Improvements Project G1TY OF FORT WORTH City Project. No. COI 196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 3441 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 1 Measurements for outside dimensions shall be made at least 2 inches from end of 2 tube. 3 Nominal Outside Outside Tolerance Dimensions at all Side Corners 1 % X 1 '/2 :L0A06 1 3/ X 1 3/ �0.008 2 X 2 ±0.008 2%X2'/ ±0.010 2 %2 X 2 '/2 ±0.0 10 4 5 3. Permissible variation in wall thickness is p]us 0.011 inches, minus 0.008 inches. 6 4. Measured in the center of the flat side tolerance is 0.01 inch applied to the 7 specific size determined at the corner. 8 5. Squareness of Sides and Twist 9 10 1I Nominal Outside Squareness Theist Permissible in 3 Dimensions Tolerance inches Lengths inches (inches) (inches) 1 '/2 X 1 'h �0.009 0.050 1 3/ X 1 3/ 10.010 0.062 2 X 2 t0.012 0.062 2 '/4 X 2 '/4 f0.014 0,062 2 '/2 X 2 %2 ±0.0 I 5 0.075 12 13 6. All top posts must be capable of fracturing at the point of connection with a single 14 anchor, when impacted, in such a manner that the piece inside of the anchor can be 15 removed so as to allow the anchor to receive a new top post. 16 7. The shape of all posts and anchors shall be square and straight with smooth tubing 17 welded in one corner with a tolerance that permits telescoping of the next larger or 18 small size, in'/ -inch increments. 19 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch 20 diameter on 1-inch centers for at least the top 4 inches of the anchor while being 21 truly aligned in the center of the section. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 City Prajeci. No. COI 196 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on I - inch centers for the entire length of the post and truly aligned in the center of section. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. B. Wash again before final inspection after erection. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item CITY OF PORT WORTHRiverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised November 12, 2013 3471 13 - 1 TRAFFIC CONTROL Pagel of6 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 ft. month for the PFE� e 16 17 duration. 18 19 b. laynie=:} 20 » 21 „ 22 unit price bid f0f "TFaffie 23 c. Measurement and a ment for this item shall be subsidiary to "Tem orar 24 Construction Entrance and Fencin "and the various items bid. No se arate 25 pay will be allowed for this item. 26 d. The price bid shall include: 27 1) Traffic Control implementation 28 2) Installation 29 3) Maintenance 30 4) Adjustments 31 5) Replacements 32 6) Removal 33 7) Police assistance during peak hours 34 2. Portable Message Signs 35 a. measu.e....,p+ 1 for the Eluratkffi--�. 36 37 b.Payment 38 „ aid fbj� at the 39 >, 40 CITY OF FORT WORTHRiverside Community Park Phase I Improvements Project City Project. No. CO1196 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 347113-2 TRAFFIC CONTROL Paget of6 1 2 C. Measurement and payment for this item shall be subsidiary to "Tem or ary 3 Construction Entrance and Fencin " and the various items bid. No separate pay will be allowed for this item 4 d. The price bid shall include: 5 1) Delivery of Portable Message Sign to Site 6 2) Message updating 7 3) Sign movement throughout construction 8 4) Return of the Portable Message Sign post -construction 9 3. Preparation of Traffic Control Plan Details 10 �MeasiirefflepA 1z 12 birt 13 1) The woF!E per-for-ined 14 15 16 17 c. Measurement and nUment for this item shall be subsidiary to "Temporary 18 Construction Entrance and Fencin ' and the various items bid. No se arate pay will be allowed for this item 19 d. The price bid shall include: 20 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 21 longer 22 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 23 (TMUTCD) 24 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 25 4) Incorporation of City comments 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 32 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 33 Transportation, Standard Specifications for Construction and Maintenance of 34 Highways, Streets, and Bridges. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination 37 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 38 implementing Traffic Control within 500 feet of a traffic signal. 39 B. Sequencing 40 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 41 approved by the City and design Engineer before implementation. 42 1.5 SUBMITTALS 43 A. Provide the City with a current list of qualified flaggers before beginning flagging 44 activities. Use only flaggers on the qualified list. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2023 City Project. No. CO1196 1 2 3 4 5 6 7 8 9 10 11 12 13 14 347113-3 TRAFFIC CONTROL Page 3 of 6 B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 101' Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. G. Design Engineer will furnish standard details for Traffic Control. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD ]SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 ASSEMBLIES AND MATERIALS 24 A. Description 25 1. Regulatory Requirements 26 a. Provide Traffic Control Devices that conform to details shown on the 27 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 2$ Device List (CWZTCDL). 29 2. Materials 30 a. Traffic Control Devices must meet all reflectivity requirements included in the 31 TMUTCD and TxDOT Specifications — Item 502 at all times during 32 construction. 33 b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised November 22, 2013 3471 13 - 4 TRAFFIC CONTROL Page 4 of 6 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In -Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 17 covering, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 22 Iights, signs, or other precautionary measures for the protection of persons or property), the 23 Inspector may order such additional precautionary measures be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments, can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a planner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of the Engineer. 33 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 36 approved by the Engineer, to be used for Traffic Control. CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 City Project. No, CO1196 347113-5 TRAFFIC CONTROL Page 5 of 6 1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons, street light pole installation, or other construction will be done during peak traffic 3 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service, the American 7 Traffic Safety Services Association, the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are I qualified to perform flagging duties. 12 2. A qualified Dagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These Daggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling in a timely 24 manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE -INSTALLATION [NOT USED] 27 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 Revision Log CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised November 22, 2013 3471 13 - 6 TRAFFIC CONTROI, Page 6 of6 DATE NAME SUMMARY OF CHANGE 11/22/I3 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH Riverside Community Park Phase 1 Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 City Project. No. C41196 I APPENDIX GC-4.01 Geotechnical Report (Alliance Geotechnical Group) GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates CITY OF FORT WORTHRiverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised July 1, 2011 GC-4o01 Geotechnlcal Report (Alliance Ge®technical Group) CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. COI 196 Revised July 1, 2011 gad' 7 CH1F1L GROUT August 2, 2019 Mr. John A. Fielder, PLA Kimley-Horn 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Phone: (817) 339-2277 Email: John.Fielder@kimley-horn.com Re: Geotechnical Investigation Riverside Park Improvements Fort Worth, Texas AGG Project NO. DE19-285 Mr, Fielder, GEOTECHNIGAL ENGINEERING • ENVIRONMENTAL CONSULTING • CONSTRUCTION MATERIALS ENGINEERING ANC TESTING • CONSTRUCTION INSPECTION Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your future construction materials testing and related quality control requirements, it is recommended that the work be performed by Alliance Geotechnical Group, Inc. in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our professional services, If we can be of further assistance, please do not hesitate to contact us. Respectfully, ALLIANCE GEOTECHNICAL GROUP a w.,I Samuel Tran, P.E. 4Mk J. Fa Project Engineer Senior Vice ALLIANCE GEOTECHNIM.GROUP -1 ms ReamnED ENOINEEHIN13 FIF1 F-IO Dallas • Ft. Worth • Frisco , Dayton ' Longview • Huntsville 3228 Halifax Street • Dallas, Texas 75247 Tch 972.444-8889 • Fax: 972--444-8893 • www.aggengr.com =aa i i i TABLE OF CONTENTS PAGE 1.0 INTRODUCTION--------- 1.1 PROJECT DESCRIPTION------___—_....—_....Y_..___. 1.2 PURPOSE AND SCOPE.,-- --------2 2.0 FIELD INVESTIGATION 3.0 LABORATORY TESTING___________ 4.0 SITE AND SUBSURFACE CONDITIONS --- —-------- ---- ------------------ -------------- ---3 4.1 GENERAL SITE CONDITIONS -------------------------»---------- --- ----- ------ -----3 4.2 SITE GEOLOGY --- _--- __---------------......._--- ------ --- -------------- --- ------ —------ -- ----- 4 4.3 SUBSURFACE CONDITIONS-------- —------_—__--__-.._ 4.4 GROUNDWATER CONDITIONS------- --W----------� -- — --- ------------_5 5.0 ANALYSES AND RECOMMENDATIONS —-------- ---- —---- ------- ._..------------ — -------- _6 5.1 SOIL MOVEMENT ----- -------- -------------------- _..__------------ ---_— ------- ---------- --_--6 5.2 EXECUTIVE SUMMARY ------- —------ —------ ------------------- --------_-------------- ------ 6 5.3 BELLED PIER FOUNDATION SYSTEM---�--- ----------------�_____�__� 5.4 PEDESTAL PIER FOUNDATION SYSTEM------------------------------------_---7 5.4.1 DRILLED SHAFT SOIL UPLIFT LOADS ---- -- ------------- -----w----__w.____ g 5.4.2 LATERAL MODULUS OF SUBGRADE REACTION FOR DRILLED SHAFTS ------- 10 5.4.3 ALLOWABLE LATERAL PRESSURE ON DRILLED SHAFTS ------ —----- —------- ---1.0 5.4.4 GROUP EFFECTS — LATERALLY LOADED PIERS ------------------------ ----- _---11 5.5 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS------ — -------------- 11 5.6 GRADE BEAMS AND STRUCTURAL MEMBERS 12 5.7 STRUCTURAL DETAILING — -------- ....----------- ..----------------------------------------------12 5.8 PAVILION SLABS AND OTHER CRITICAL FLATWORK 12 5.8.1 FOUNDATION PAD PREPARATION--------------------------------------_-----___==---------13 5.8.2 SHALLOW FOUNDATION SYSTEM -------- ---------- —---- ---- ------ _------- _---------- —14 5.8.3 POST —TENSIONING DESIGN PARAMETERS (2005 PTI THIRD EDITION) --------- 16 5.9 FLAT WORK AND PIPING CONSIDERATIONS -------------------- —--------------- --- ---- 17 5.10 APPROACH SLABS --------- —------- --....------------ --------------------------------------------- 18 6.0 SHORT RETAINING WALLS ------------- —------------------ —_----- _--_.,._-------- —--- —....._._r_ 18 7.0 PAVEMENT RECOMMENDATIONS --- ---------- —____________22 7.1 SUBGRADE PREPARATION ----------------------- ------------------- -------- -------------- 22 7.2 DRIVE APPROACHES--------- 23 7.3 PAVEMENT SECTIONS 24 ALLIANCE GEOTEC➢° LAICAL GROUP DE19-285 7.4 PAVEMENT CONSIDERATIONS25 8.0 EARTHWORK GUIDELINES - -------- ----- -- ---------- ... - ___----- .�� - . _-----26 8.1 SITE GRADING AND DRAINAGE »-««------------------------------------»- -_ __�_. _26 8.2 UTILITY TRENCH EXCAVATION -------------.-----.------ _- 27 8.3 PROOFROLLING AND SUBGRADE PREPARATION-----------------N-------_------.-27 8.4 ON -SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS 27 8.5 MOISTURE CONDITIONING PRIOR TO COMPACTION ---------------------------------- 27 8.6 QUALITY ASSURANCE REQUIREMENTS----- u----28 9.0 FIELD SUPERVISION ..._---.- -.-------- ..���.... 10.0 LIMITATIONS29 FIGURES FIGURE PLANOF BORINGS•-__ _�_______. �___�____�. _____________ _�_�__� _ _---_--_____ 1 LOGS OF 2 thru 13 LEGEND - KEY TO LOG TERMS & SYMBOLS -----__--.._-------- ------ ---------------------------- 14 SWELL TEST RESUL LIME SERIES TEST RESUL 15 iuv ALLIANCE GEOTECHNICAL GROUP DE19-286 CEOTECHNICAL INVESTIGATION RIVERSIDE DARK IMPROVEMENTS FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of improvements to the Riverside Park located at the southwest corner of Oakhurst Scenic Dr and E Belknap St in Fort Worth, Texas. The improvements consist of a new multi -purpose basketball court, pavilions, vehicular and pedestrian paving, two (2) retaining walls, high mast light poles, a pedestrian bridge over a stream and associated parking areas. The two retaining walls will be terraced fill walls with a proposed driveway in between. The retaining walls are oriented north and south with the toe of Retaining Wall 1 abutting the east limits of the driveway and with the top of wall of Retaining Wall 2 abutting the west limits of the driveway. The driveway is approximately 25 feet wide with a 2% grade downward from east to west (slope downward from Retaining Wall 1 to Retaining Wall 2). Therefore, the slope abutting the toe of Retaining Wall 1 and the slope abutting the top of Retaining Wall 2 is at 2%. The slopes abutting the toe of Retaining Wall 2 and abutting the top of Retaining Wall will be relatively flat to as steep as 3(H):1(V) in some areas. The heights of Retaining Wall 1 and Retaining Wail 2 are 5 feet and 9 feet, respectively. Global stability analyses were not included in our scope of work for this investigation. It is understood that both retaining walls will be perched on a sloped fill embankment. It is understood that the proposed pedestrian bridge will span over an existing creek at the north side of the park. The grading plan shows the creek to be approximately 7.75 feet below the crest of the adjacent banks_ However, field measurements of the creek revealed the bed stream depth ranging from 12 to 14 feet below the crest of the banks near the general location of the proposed pedestrian bridge. The width of the creek is approximately 25 feet. The length of the proposed bridge is approximately 44 feet. The south abutment of the bridge will be relatively close to the eroded banks of the creek. There are six (6) new proposed high mast light poles around the proposed soccer fields. The heights of the light poles are currently unknown. There are also two (2) new proposed parking areas at this park. The existing pedestrian trails will be extended across the park to access to new amenities. ALLIANCE GEOTECHNICAL GROUP DE19-235 Page 1 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide foundation recommendations for the proposed structures, 4) provide pavement subgrade stabilization and concrete pavement thickness recommendations and 5) provide recommendations for site grading and compaction of earth work. This report was prepared in general accordance with AGG's Proposal No. P19-0417 dated April 12, 2019. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling the following borings to the respective depths: Boring B-1 to a depth of 20 feet for a Pavilion Borings B-2 & B-3 to depths of 35 feet for High Mast Light Poles s Borings B-4 to a depth of 20 feet for the Basketball Court and Pavilion * Borings B-5 to a depth of 40 feet for the Pedestrian Bridge * Boring B-6 to a depth of 20 for the Playground Area (located east of a proposed pavilion) ® Boring RW-1 to a depth of 20 for the Retaining Wall (located north of the proposed parking lot) Boring P-1 thru P-4 to depths of 10 feet for the Pedestrian Trail The borings were located at the approximate locations shown on the Plan of Boring (Figure 1). Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin -walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in -situ moisture content during transportation to our laboratory. Foundation bearing properties of the sandy soils encountered in the borings were evaluated by the Standard Penetration test in conjunction with split spoon sampling. The Standard Penetration tests involves driving a standard 2 inch diameter sampler a total of 18 inches and recording the blow counts and driving distances for each 6 inch or 50 blow increment. The first 6 inch drive is for seating purposes. The results of the Standard Penetration tests are recorded at the respective testing depths on the Logs of Borings. ALLIANCE GEO'TECHNICAL GROUP* DE19-285 Page 2 In addition, Borings B-2 and B-3 were evaluated by the Texas Department of Transportation Penetrometer (TxDOT Cone) tests at 5-foot intervals. The TxDOT Cone is driven with the resulting penetration in inches recorded for 100 blows or with the number of blows recorded per 6 inch intervals for 12 inches, whichever comes first. The results of the TxDOT Cone test are recorded at the respective testing depths on Boring Logs of Boring B-2 and B-3. The results of the boring program are presented on the Logs of Borings, Figures 2 thru 13. A key to the descriptive terms and symbols used on the logs is presented on Figure 14. 3.0 LABORATORY TESTING Laboratory tests on representative samples of the soil were performed to aid in classification of the soil materials. The tests include Atterberg limits tests, percent passing #200 sieve, moisture content tests and dry unit weight determinations. Hand penetrometer tests were performed on the cohesive soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata_ Unconfined compression strength testing were performed to provide bearing properties. The results of our testing program are presented on the Logs of Borings in Figures 2 thru 13. To provide additional information about the swell characteristics of these soils at their in -situ moisture conditions, absorption swell tests were performed on selected samples of the clay soils. A lime series test was performed on a selected sample to determine the optimum amount of hydrated lime required for stabilization. The results of the lime series test are presented on the Lime Series Test Results in Figure 16. 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS Riverside Park is oriented north and south and abutted east of the West Fork Trinity River in Fort Worth Texas. The north portion of the park is relatively flat with numerous medium to large trees. The north portion of the park consist of a creek extending east to west from Oakhurst Scenic Driver to the West Fork Trinity River. The grades for the south portion of the park is sloped downward from east to west towards the river. There are numerous trees along the east limits of,the south portion of the park. ALLIANCE CEO t ECHNICAL GROUP IDE1 9-285 Page 3 4.2 SITE GEOLOGY As shown on the Dallas sheet of the Geologic Atlas of Texas, the site is located in an area underlain by alluvial overburden soils underlain by the Fort Worth Limestone & Duck Creek Formation and the Pawpaw Formation, Weno Formation & Denton Clay. The Fort Worth Limestone typically consists of limestone with alternating clay layers. The Duck Creek Formation typically consists of limestone. Soils derived from these formations typically consist of plastic clays exhibiting a high shrinklswell potential with variations in moisture content. The Pawpaw formation typically consists of claystone, mudstone, and sandstone. The Weno Limestone typically consists of limestone with alternating clay layers. The Denton Clay typically consists of alternating layers of clay, marl and limestone_ Soils derived from this formation are typically plastic clays exhibiting a moderate to high shrink/swell potential with variations in moisture content. The alluvial/terrace deposits consist of clay, silt, sand, and gravel. ALLIANCE GPOTECHNICyAI- GROUP DE19-285 Page 4 u 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. �r 1,5,E r gamma%* re5 SAxFLe2l9 - fAsV = �%1 �®j3ill£if k .! � Phsae's�+ F; e �I g T ffi 4.4 GROUNDWATER CONDITIONS The borings were advanced with continuous flight auger drilling equipment. This method allows relatively accurate groundwater observations to be made while drilling. Groundwater seepage was encountered in four (4) of the test borings (B-2, B-3, B-5 & B-6) at depths ranging from 11 to 22 feet below existing ground surface. Groundwater measurements for each test boring are shown on the Logs of Borings. The groundwater measurements are summarized in Table 9. The subsurface water conditions are subject to change with variations in climatic conditions and are also functions of subsurface soil conditions and rainfall. Shallow groundwater levels should be anticipated after periods of rain or when the water levels within West Fork Trinity River are elevated. ALLIANCE GEOTECHNICAL GROUP DE'19-286 Page 6 Table 1 — Groundwater Levels Summary Chart Riverside Park —Groundwater Levells Boring ID Groundwater Levels at Completion ~ B-2 11' (Seepage @ 25') B-3 13' (Seepage @ 22') B-5 - 22' (Seepage @ 22') B-6 17' 5.0 ANALYSES AND RECOI+ MEND A11ONS 5.1 SOIL MOVEMENT The subsurface exploration revealed the presence of deep expansive clay soils and deep alluvial soils. The clay soils will have a moderate to high shrink(swell potential depending upon the soil moisture condition at the time of construction. The alluvial soils will have a moderate shrink/swell potential depending upon the soil moisture condition at the time of construction. Potential Vertical Rise (PVR) calculations were performed using swell test results, pocket penetrometer readings, and moisture content tests to estimate the swell potential of the soil_ Potential Vertical Rise (PVR) values based upon the current moisture conditions and current grades have been estimated to range from 1 to 4 inches of anticipated "active zone" swell. After a prolonged period of hot dry weather (or in areas where existing trees must be removed for new construction and deep dry clay soils are present due to tree root desiccation), the soil swell PVR will exceed 6 inches. Additional deep seated swell is possible in tree influenced areas due to deep tree root desiccation. 6.2 EXECUTIVE SUMMARY The subsurface exploration revealed highly variable conditions ranging from deep expansive clay soils to deep highly variable alluvial granular soils. The clay soils will have a moderate to high shrink/swell potential depending upon the soil moisture condition at the time of construction as described above in Section 5.1. Due to the presence of caving granular soils and shallow groundwater in some areas, we recommend that the proposed pedestrian bridge (B-5), pavilions (B-1 & 8-4) and high mast light poles (B-2 & B-3) be supported by pedestal piers. Pavilion slabs, lightweight structures such as restrooms and other critical flatwork features such as playground slabs and basketball courts can be placed on grade on moisture conditioned building pads capped ALLIANCE GEOTECHNICAL GROUP DE19-285 Page 6 I with select fill to reduce soil swell movements. We recommend the retaining walls be supported by shallow footings. 6.3 BELLED PIER FOUNDA71ION SYSTEM Belied pier foundations are not recommended to support the proposed structures due to the presence of caving soils (sand layers and clayey sand layers) and groundwater at shallow depths. Pedestal piers should be used to support the structures. 5.4 PEDESTAL PIER FOUNDATION SYSTEM The pedestal piers should be founded within the stiff to very stiff (compact) clayey sand to sandy clay as recommended below. TABLE 2 — Pedestal Pier Foundation Recommendations Pedestal Pier Foundation Founding allowable Bearing Structure Boring Depth Bearing Stratum Capacity 5,000 psf for Pier Clearance � iD {*7) Pedestrian Bridge B-5 17 f feet (* Very stiff compact clayey SAND 4,000 psf for Pier Clearance < 1D (*7) Pavilion (*6) B-4 15 feet Very stiff Sandy Clay 4,000 psf (*2) Pavilion (*6) B-1 15 feet Stiff Sandy Clay to Clayey Sand 2,500 psf (*2) (*5) High Mast Light B 2 10 (*3) Stiff Sandy Clay to Clayey Sand 2,000 psf (*2) Poles 3,000 psf (*2) High Mast Light B-3 10 (*3) Very Stiff Clay Poles *1 The founding depths are referenced from the existing ground surface at the boring location at the time of the drilling operation. *2 Assumes 1 D clear spacing between piers. *3 Due to relatively shallow water table, the piers supporting the high mast light poles should be designed for a large diameter pier to be founded at 10 feet. *4 Field measurements of the creek revealed the creek bed depth to range from 12 to 14 feet below the crest of the banks near the general location of the proposed pedestrian ALLIANCE OEOTEC:HNICAL CROUP DE13-286 Page 7 bridge. The abutments of the bridge will be relatively close to the eroded banks of the creek. Therefore, the pier depth will be terminated only 3 to 5 feet below the creek bed depth existing at the time of this investigation. *5 Large diameter temporary casing to a depth of 10 feet will be required at this location due to caving surficial granular soil. *6 Uplift force due to wind can be resisted by the weight of the concrete and the flowable fill above the pedestal base. *7 Fine clayey sand strata were encountered below depths of 7 feet. Large diameter temporary casing will be required if excessive caving occurs as determined by AGG. The pedestal pier foundation systems should be designed with a footing base diameter that is 3 times the diameter of the pedestal column. The concrete pedestal footing base of the pedestal pier should be designed with a thickness of at least 4 feet as determined by the Structural Engineer. If required for lateral wind resistance, the concrete pedestal footing base could be increased as summarized below. Boring I Founding Depth (fi) i pedestal Footing Base 1•hlclkness (fe) -,- 131 15 4-6 Sz 10 4-10 133 10 4-10 84 15 4-8 B5 17 4-10 The pedestal pier footing and column (shaft) should be reinforced with steel reinforcement bars with the shaft reinforcement bars lapping into the footing. The footing base reinforcement and the lapping requirement into the footing should be determined by the Structural Engineer. The construction procedures for a pedestal pier are as follows: 1. Drill the pedestal pier base circular footing. The pedestal pier circular footing base should be 3 times the diameter of the pedestal column (shaft). The Structural Engineer should design the size of the base based upon the allowable bearing capacity shown in Table 2. ALLIANCE uF=o' ECHNICAL GROUP DE19-286 Page 8 2. Loose or soft materials at the base of the pedestal pier should be removed. The base of the pedestal pier should consist of undisturbed stiff to very stiff and compact clayey SAND and sandy clay as verified by AGG. 3_ Reinforcing steel for the pedestal pier shaft should be installed in the center of the pedestal column (shaft) and should extend to the bottom of the footing base. This steel reinforcement should be held in place during concrete placement of the deeper circular footing base. Reinforcement requirements for the circular footing base should be determined by the Structural Engineer. NOTE 1: Soil swell uplift on the pedestal shafts will be reduced considerably assuming suitable low strength flowable fill is used to backfill the annular space and an effective bond breaker is applied to the sonotube as specfied below in Items 5 and 6. Soil swell uplift along the upper 10 feet of the concrete shaft should be limited to 1,000 psf. 4. Once the reinforcement is secured, the concrete for the footing base can be placed. NOTE 2: Concrete for the pedestal base should be placed immediately after the pedestal base is drilled due to potential shallow groundwater levels at this site. 5. After the concrete for the pedestal circular footing has adequately set (minimum 24 hours), use sonotube to form the pedestal column (shaft) above the circular footing base. Apply a bond breaker (oil -based) liberally on the exterior side of the sonotube as verified by AGG. The sonotube should be braced/secured accordingly so that it does not move during concrete placement. 6. After the concrete for the shaft has adequately set (minimum 24 hours), the annular space around the column should be backfilled with a suitable low strength flowable fill. Allow the flowable fill to set properly prior to any construction on top of it. NOTE 3: The proposed Pedestal Pier Detail should be provided to AGG for review prior to final design. The recommended allowable bearing capacity values for the pedestal piers provided in Table 2 contains a factor -of -safety of 3.0. NOTE 4: See Section 5.11 for bridge approach slabs. 5.4.1 DRILLED SHAFT SOIL UPLIFT LOADS All piers will be subject to uplift loads as a result of swelling within the overlying clays. The piers should have sufficient continuous vertical reinforcing steel extending to the bottom of the piers to resist the computed net uplift loads (uplift less dead load). ALLIANCE GEOTECHNICAL GROUP QE19-235 Page 9 The magnitude of these loads varies with the shaft diameter, free water sources, soil parameters, depth of the clays acting on the shaft, and the in -situ moisture levels at the time of construction. The soil swell uplift pressures for the pedestal piers can be approximated by assuming a uniform uplift pressure of 1,000 pounds per square foot acting on the shaft perimeter for a shaft length of 10 feet. 5.4.2 LATERAL MODULUS OF SUBGRADE REACTION FOR DRILLED SHAFTS For evaluating shaft deflections due to lateral loading, the following lateral modulus of subgrade reaction is recommended: 0 to 4 feet below top of ground Neglected Below 4 feet 150 kcf See Section 5.4.4 for group reductions. The concrete shaft diameter should be used for design of lateral load resistance. The flowable fill diameter should not be used for design. 6.4.3 ALLOWABLE LATERAL PRESSURE ON DRILLED SHAFTS The drilled shafts may be designed for the following allowable lateral resistance values. 0 to 4 feet below top of pavement Neglected Below 4 feet 100 psf per foot of depth (increasing linearly). Below depths of 6 feet (as measured below the existing ound surface lateral passive resistance may be increased to 200 psf per foot of depth (linearly increasing with depth). These allowable lateral earth pressures include a factor of safety of 2.0 or more. See Section 5.4.4 for group reductions. The concrete shaft diameter should be used for design of lateral load resistance. The flowable fill diameter should not be used for design. ALLIANCE GEOTECHNICAL CROUP DE19-285 Page 10 z 1 6.4.4 GROUP EFFECTS — LATERALLY LOADED PIERS Reduction factors must be applied to account for group effects for laterally loaded piers. If the center to center spacing is less than 7D for laterally loaded piers, then an L-Pile study using the Ensoft Group Pile Program would be required to determine the appropriate reduction factors that must be applied for laterally loaded piers. Alliance Geotechnical Group should be retained to work with the structural engineer in performing the Group Pile Analyses. This includes group effects in the direction of loading, side by side effects, and effects in skewed directions. 5.5 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS Groundwater was not encountered at B-1 and B-4 but could be encountered during construction. The groundwater level was at 25 feet at completion of drilling at B-5 but could be higher at the time of construction. If minor water seepage occurs, the pier steel and concrete should be placed immediately_ If foundations are to be installed during wet weather periods or if excessive groundwater infiltration or caving soils are encountered, AGG engineering staff should be contacted immediately for alternative drilled shaft recommendations. NOTE 1: A fine sand stratum was encountered at B-1 within the upper 8 feet. At this location, temporary casing will be required. At B-5, fine clayey sand strata were encountered below depths of 7 feet. Temporary casing will be required if excessive caving occurs as determined by AGG. Concrete used for the shafts should have a slump of 6 inches plus or minus 1 inch and placed in a manner to avoid striking the reinforcing steel and walls of the shaft during placement. Complete installation of individual pedestal piers should be accomplished within a 4-hour period in order to help prevent deterioration of bearing surfaces and to minimize sluffing. The drilling of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of the drilling. No shaft, belled pier or pedestal pier footing should be left open for more than 4 hours. mate: If minor seepage or occurs, the footing base for pedestal piers should be concreted immediately after drilling under the direction of AGG. NOTE 2: "Mushrooming" should not be allowed around piers, pier caps or grade beams_ ALLIANCE GEOTECHNICAL CROUP DE19-2$5 Page 11 We recommend that a qualified engineering technician under the direction of the geotechnical engineer observe and document all drilled pier construction. The engineer, or his representative, should document the shaft diameter, penetration depth, temporary casing installations and extractions, pedestal base diameter, cleanliness, plumbness of the shaft, and the type of bearing material. Significant deviations from the specified or anticipated conditions should be reported to the owner's representative and to the structural engineer. The drilled pier excavation should be observed to verify the bottom of the hole is dry and thoroughly cleaned of cuttings after completion and that no seepage or caving is occurring. 6.6 GRADE 13EAMS AND STRUCTURAL MEMBERS Grade beams, pier caps, abutments, and other structural members supported by piers should be constructed over a void space. A minimum void space of 8 inches should be provided between the bottom of these members and the subgrade. The exterior portions of the abutments should be carefully backfilled with on -site clayey soils unless specified otherwise below. The backfill soils should be placed at moisture contents between optimum and +3 percentage points wet of optimum. The fill should be compacted at a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D 698 (Standard Proctor). 6.7 STRUCTURAL DETAILING If masonry features are proposed, closely spaced vertical crack control joints should be used along the full height of all masonry features to control cracking associated with differential foundation movements. 5.8 PAVILION SLABS AND OTHER CRITICAL FLATWORK The pavilion slabs and other critical flatwork (basketball court, playground area, etc...) can be placed on moisture conditioned pads capped with select fill to reduce upward soil swell movements. MOTE 1: The depth of excavation required will depend upon the soil swell PVR requirements for design and depend upon the moisture condition of the clay soils at the time of actual foundation construction. ALLIANCE GEOTECHNICAL GROUP DE10-286 Page 12 NOTE 2: An expansion joint should be provided between the pavilion slab and the canopy columns to allow unrestrained upward soil swell movement of the pavilion slab. 5.8.1 FOUNDATION PAD PREPARA71 ION Site preparation work will be required in order to lower the potential soil swell movements. Recommendations for site preparation work to reduce the anticipated "active zone" soil swell movements to one inch are presented below. See Section 5.1 for additional deep seated swell potential. 1. Excavate and remove the soils to the depths listed in Table 4 below final pad grade or below existing grade, whichever is deeper. Excavations should extend 5 feet beyond the edges of the perimeter footings or 2 foot beyond adjacent sidewalks and entry areas, whichever is greater and then be tapered on a 1 horizontal to 1 vertical slope. An excavation taper is required to minimize abrupt differential movements of adjacent flatwork 1 pavement that would otherwise occur with vertical excavations. Differential soil swell movement should be considered during design of the grading plan (See Section 5.1). We recommend that Alliance Geotechnical Group review the excavation plan and grading plan for compliance with this report prior to construction bidding. TABLE 4 — RECOMMENDED EXCAVATED DEPTHS STRUCTURE BORING ID EXCAVATED DEPTH Pavilion B-1 2 feet Basketball & Pavilion B-4 8 feet Playground B-6 7 feet NOTE 1: If any trees are removed for construction, test pits by AGG (and swell testing) should be performed after excavation to evaluate the potential soil swell. NOTE 2: If any pavilion slabs or critical flatwork are located 100 feet away from Borings B-1, B-4 and B-6, AGG should be contacted to review the excavation depth for that respective slab/flatwork to limit the potential soil swell to 1 inch. ALLIANCE CEO T ECHNICAL. GROUP DIE=19a205 Page 13 2. The upper 8 inches at base of cut should be scarified and compacted to a minimum of 95 percent of ASTM Standard D698 between optimum and +3 percentage points above the soil's optimum moisture content. 3_ Fill to within 18 inches of final pad grade with on -site soils. Compact in maximum 8 inch lifts to 95 percent of ASTM Standard D698 between optimum and +-3 percentage points above the soil's optimum moisture content for sandy clay to clayey sand having a PI of less than 15 and between + 1 % to +4% above optimum for clay having a PI over 15. NOTE 3: A vibratory roller will be required to compact the sandy soils present at Boring B-1. The sandy soils will be susceptible to loosing upon drying. It is imperative that the subgrade be protected from drying and/or loosening. Crushed concrete base could be placed on the subgrade accordingly prior to drying or loosening of the subgrade. NOTE 4: The "targeted" compaction moisture contents indicated above are subject to additional QA/QC verifications by AGG for soil swell and strength. See Section 8.6. 4. The upper 18 inches of fill should consist of low Pl select fill. The low PI select fill should extend to the same limits as described in Item #1. The material used as select fill should be a very sandy clay to clayey sand (uniform consistency free of clay clods) with a plasticity index between 6 and 14. The fill should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 98 percent of ASTM Standard D 698 between —2 and +2 percentage points of the soil's optimum moisture content. 5. The upper 12 inches of fill placed in unpaved areas near the flatwork should consist of on -site clay. This fill should be placed in 8 inch loose lifts and compacted at optimum to +3% above optimum to 95% ASTM D698). All work should be performed in accordance with the Earthwork Guidelines (Section 7.0) of this report. 6.8.2 SHAL,I..OW IFOUNDATION SYSTEM A stiffened slab and grade beam (waffle type) foundation system or shallow footings may be used to support the structure. Shallow footings are preferred for constructability — especially during wet weather. If a slab and beam foundation system is used, it should be conventionally reinforced and should be designed by a structural engineer to support the structural loads_ ALLIANCE GEOTECHNICAL GROUP DE19-285 Page 14 Grade beams and/or shallow footings founded in properly compacted select fill soils may be designed using an allowable soil bearing pressure of 1,200 psf. We recommend a minimum width of 12 inches for monolithic waffle slab beams to provide a margin of safety against a local or punching sheer failure of the foundation soils. Column footings should be at least 3 feet square and designed for an allowable soil bearing capacity of 2,000 psf, Settlements should be limited to one inch. Upward soil swell movements should also be limited to one inch. Differential foundation movements should be limited to about 1.5 inches. Shallow footings in conjunction with slab -on -grade construction should be provided with minimum footing widths of 12 inches. The load bearing grade beams and/or footings should be founded at depths of 24 inches below final pad subgrade. In addition, a moisture barrier of polyethylene sheeting or similar material should be placed between the slab and the subgrade soils to retard moisture migration through the slab in building areas sensitive to moisture. The foundation plan and the utility plan should be cross-checked to verify that no utility line excavation extends beneath the bearing influence of any footing. Trench cuts extending beneath the footings (or within their bearing influence) should be avoided, if possible. Otherwise, AGG should be contacted for trench backfilling recommendations. In addition, trees and sleep rooted shrubs should not be planted within 35 feet of the flatwork to minimize settlement effects caused by moisture absorption of the root systems. Also, the ground beneath the drip line should be landscaped and irrigated (not paved). We recommend that an Alliance Geotechnical Group geotechnical engineer or a qualified engineering technician observe the footing excavations prior to placing concrete to verify bearing capacity. The foundation bearing area should be level or suitably benched. It should be free of loose soil, wet soil (saturated by rain), ponded water, and debris prior to the inspection_ All work should be performed in accordance with the Earthwork Guidelines (Section 7.0) of this report. A polyethylene moisture barrier is recommended below slab -on -grade floor slabs where floor coverings or painted floor surfaces will be applied with products which are sensitive to moisture or if products stored on the building floors are sensitive to moisture. Procedures for installation of vapor barriers are recommended in ACI 302. ALLIANCE GEOTECHNICAL GROUP DE19-285 Page 16 5.6.3 POST -TENSIONING DESIGN PARAMETERS (2006 PTI THIRD EDITION) Design requirements for post -tensioned slab -on -grade foundations are indicated below for subgrade pads prepared in accordance with Section 5.9.1 of this report. Design criteria for a slab designed in accordance with the Post -Tensioning Institute's (PTI) slab -on -grade design method have been developed. The edge moisture variation distances (em) for center lift and edge lift conditions were derived based on a Thornthwaite Index ranging from 0 to 20 for the project site. The edge moisture variation distances are Based upon the 2005 PTI Manual criteria and are provided in Table 5. PTI differential movement (ym) is indicated in Table 6. TABLE 5. RECOMMENDED EDGE MOISTURE VARIATION DISTANCES (ems,)* 2005 PTI Third Edition Center Lift Condition em = 5.5 feet Edge lift Condition em = 4.5 feet TABLE 6. RECOMMENDED PTI DIFFERENTIAL MOVEMENTS (yam,)* 2005 PTI Third Edition ZONES All Borings Design PVR 2.0 Center Lift Condition ym 3.0 Edge Lift; Condition ym 2.0 *The design values indicated above are based on excavation and moisture conditioning the upper soil layers per Sections 5.9.1 and 7.6 and the possibility of some deep seated swell (one inch assumed). See Section 5.1 for PVR considerations. Note: Required foundation details using the 2005 PTI Third Edition should be evaluated by the structural engineer to verify that beam depths are as deep or deeper and the beam spacings are as close or closer than requirements determined from the previous PTI Second Edition (with en, C.L. of 5.5', em EL 4.5% ym CL of 3.0" and ym EL of 1.5"). If the new design does not result in foundations as stiff or stiffer than the old design, please have your structural engineer consult AGG prior to final design. ALLIANCE Gf OTECHNICAL GROUP D€19-286 Page 16 6.8.3.1 DESIGN CONSIfDSRA T IONS The Post -Tensioning Institute (PTI) method incorporates numerous design assumptions associated with the derivation of required variables needed to determine the soil design criteria. The PTI method of predicting differential soil movement is applicable only when site moisture conditions are controlled by the climate alone on a well -graded site (i.e. no improper drainage, water leaks or free water sources). Under these conditions, moisture increases within the supporting soils and the resulting differential foundation movements are much lower than differential movements that can occur due to post -construction movements due to localized saturation caused by free water sources near or beneath the structures. The performance of a slab foundation can be significantly influenced by landscaping details, maintenance, recessed landscaping details, additions near the structures, water line leaks, pool leakage, any other free water sources, as well as by deep rooted trees and shrubs. A polyethylene moisture barrier is recommended below slab -on -grade floor slabs where floor coverings or painted floor surfaces will be applied with products which are sensitive to moisture or if products stored on the building floors are sensitive to moisture. Procedures for installation of vapor barriers are recommended in ACI 302. The slab -on -grade foundation systems may be post -tensioned or conventionally reinforced and should be designed by a structural engineer to withstand the estimated potential soil movements. Grade beams founded in properly compacted fill may be designed using an allowable soil bearing pressure of 1,200 psf. We recommend a minimum width of 10 inches for the beams to provide a margin of safety against a local or punching shear failure of the foundation soils. 5.9 FLAT WORK AND PIPING CONSIDERATIONS Provisions should be made for post -construction differential upward movement of adjacent flat work and piping. Site grading plans should include provisions for the effects of soil swell movements on adjacent sidewalks and all pavements. See Section 5.1 of this report. Utility line details and fixtures should consider the potential for differential movement beneath any piping. To prevent potential tripping hazards, access and entry slabs should be elevated above the adjacent sidewalks and pavement slabs (where possible). See sketch below. ALLIANCE GEOTECHNICAL GROUP DE19-286 Page 17 Sloped Away from Bridge Concrete Pavement Transition Moroach Slab Void Ground Supported Toe Beam Hinged Connection Pier--'`T I Void B6Xes Structure Note: Transition slabs should have adequete length to where if full soil swell heave occurs at toe beam that a positive slope away from the bridge is still maintained. 6.10 APPROACH SLABS The subsurface exploration revealed the presence of deep clay soils. The clay soils will have a moderate to high shrink/swell potential depending upon the soil moisture condition at the time of construction. Due to the potential for differential upward ground movements due to soil swelling, we recommend that approach slabs be designed to accommodate differential upward ground movements. See Section 5.1. It is imperative that all cracks and joints in the pavement be sealed and maintained by routine sealing in order to minimize differential pavement deflections caused by soil swelling. It is also imperative that positive drainage be provided along the pavement edges to prevent ponding_ NOTIE: The bridge approach slabs should be designed to accommodate large differential upward soil swell movements. See Section 5.1. A hinged / toe beam bridge approach slab over an 8 inch void space could be used to prevent differential movement and tripping hazards. 6.0 SHORT RETAINING WALLS We understand that two (2) relatively short retaining walls (less than 10 feet) are planned to be constructed at this site in the vicinity of Boring RW-1. The two retaining walls will be terraced fill walls with a driveway in between the two walls. The retaining walls are oriented north and south with the toe of Retaining Wall 1 abutting the east limits of the driveway and with the top of wall of Retaining Wall 2 abutting the west limits of the driveway. The driveway is approximately 25 feet wide with a 2% grade downward from east to west (slope downward from Retaining Wall 1 to Retaining Wall 2). Therefore, the slope abutting the toe ALLIANCE GPOTECHNICAL GROUP IDE19-286 Page 18 of Retaining Wall 1 and the slope abutting the top of Retaining Wall 2 is at 2%. The slopes at the toe of Retaining Wall 2 and at the top of Retaining Wall will be relatively flat to as steep as 3(H):1(V) in some areas. The heights of Retaining Wall 1 and Retaining Wall 2 are 5 feet and 9 feet, respectively. Global stability analyses were not included in our scope of work for this investigation. It is understood that both retaining walls will be perched on a sloped fill embankment. Therefore, additional studies should be performed by AGG to evaluate the global stability and the allowable bearing capacity below the terraced walls and to provide recommendations for fill placement below the walls and backfill behind the walls. Design requirements for all walls include the following: 1. Batter excavation back (down away from wall face) along a 5% grade along the foundation subgrade for each wall (upper and lower walls). 2. The final grading plan must be reviewed to allow recommendations for fill placement below the walls and backfill behind the walls. 3. The lower wall should be designed using an active pressure that includes all traffic live loads and all surcharge above the lower wall. 4. Both walls should be founded 2 feet below the lower adjacent grade. 5. The upper wall should be designed using an active pressure that includes all surcharge above the upper wall including any sloped embankment above the wall. Retaining walls supported by shallow footings at this site could be subjected to differential soil swell movements beneath the retaining wall footings. Section 5.1 of this report. Cracking of concrete I stone retaining walls (supported by shallow footings) will occur due to differential soil movements. The retaining wall footings should be founded at depths of at least 2 feet below final grade in compact soil. We recommend that the following parameters be used for preliminary design of the terraced walls. The wall footings must be founded on compact soil. The preliminary recommendations provided below must be verified with additional studies as recommended above. All fill placed below the walls should consist of clayey sand or sandy clay having a RI of 8 to 25. Compact in 8 inch horizontal benched lifts and compact to 98% ASTM D698 at -2% to +2% of optimum. ! Allowable Bearing Capacity 2,000 psf (see verification requirements indicated below). ALLIANCE GEOTECHNICAL GROUP DE99-285 Page 19 Ultimate Friction Factor for 0.3 (Appropriate FOS should be used). This Sliding Resistance: assumes the foundation subgrade below the wall footing is battered back (downward away from wall face) along a 5% slope. Allowable Passive Resistance of Key below bottom of footing 100 psf per foot of key depth below bottom of if required for sliding resistance footing (linearly increasing with depth). NOTE 3: In order to minimize long term wall creep caused by sliding, and achieve the friction factor indicated above, the excavation for the wall footing must be battered back along a 20(H):1(V) slope (sloping in a downward direction away from the wail face). Excavations that slope downward toward the wall face will allow horizontal sliding (creep) movements. Prior to concrete placement for the footings, it should be verified that the exposed subgrade is compact, moist and very stiff as verified by a qualified Geotechnical Engineer. Placement of concrete on a wet and softened subgrade after a rain event should not be allowed. NOTE 4: All surcharge loads must be considered during design of the walls. This includes the weight of any sloped embankment and any improvement located above the active zone (above a 1.25(H)A (V) line extending upward from the bottom of the wall; see sketch below). SKETCH -- DEPICTION OF ACTIVE ZONE BEHIND A RETAINING WALL Differential retaining wall movements should be anticipated due to post -construction shrink/swell movements. See Section 5.1 of this report. Closely spaced vertical crack control joints should be used along the full height of all masonry walls to control cracking associated with differential foundation movements. NOTE 5: We recommend that probings be performed by an Alliance Geotechnical Group Engineer after excavation of the retaining wall footings has been performed in order to verify adequate bearing capacity. ALLIANCE GEOTECHNICAL GROUP DE19-285 Page 20 NOTE 6: In non -paved areas, a 20 mil poly barrier (with UV protection) beneath a 12 inch compacted soil cover (compacted in 6 inch lifts to 95% ASTM D698) should be used for a distance of at least 7 feet from the base of wall to minimize excessive long term creep that would otherwise occur and to minimize water infiltration into the founding subgrade soils. Excessive long term creep movement could ultimately result in a wall failure_ Any existing or proposed utility trench backfill located within the bearing influence of the retaining wall footings (approximated by 2:1 slope extending downward from edge of footings) should be tested to verify a compaction level of at least 95% ASTM D698. The retaining walls should be backfilled with low PI select fill in compacted lifts within a 45 degree wedge extending 2 feet beyond the retaining wall and then upward from the base of the wall to the ground surface. The backfill material against the short retaining walls should consist of low PI select fill having a liquid limit of 35 or less and a PI of 5 to 14 and should be placed in a wedge extending from the base of the wall to the ground surface in a maximum angle of 45 degrees (1(H): 1(V) slope). A 12 inch clay cap with a PI over 15 should be used. Compact in 6 inch lifts at optimum to +3% above optimum moisture content to 95% ASTM D698. The backfill material should be compacted between 95 and 100 percent of the maximum density as determined by ASTM D698 between -2% and +2% of the soil's optimum moisture content. Backfill placed within 5 feet of the walls should be hand compacted. Over - compaction should not be allowed. The select fill should be benched into the existing embankment on horizontal benched lifts. It is imperative that the interface between the existing embankment soils and the select fill soils be adequately compacted in horizontal benched lifts. A minimum of 12 inches of free draining gravel or clean crushed "Chico" (Bridgeport) stone should be placed adjacent to the wall to provide drainage of the backfill. The upper 12 inches of the backfill should consist of compacted on -site clay compacted in two 6-inch lifts at +1% to +4% above optimum to 96% ASTM D698. A suitable free -draining geotextile fabric should be used at the back of the walls and at the interface of the free draining stone and select fill (including clay cap over stone). A heavy duty (20 mil) poly should be attached to the retaining wall with mastic adhesive and extend around the bottom 6 inches of the free draining material and select fill in order to minimize water infiltration into the subgrade soils. ALLIANCE GEOTECI,tMICAL GROUP DE19-205 Page 21 In addition, weep holes or a perimeter drain installed at the base of the wall should be provided to minimize hydrostatic pressures if the walls are to be designed for drained conditions. If drained select fill is used as specified above, the wall may be designed for a drained active earth pressure of 45 pcf equivalent fluid pressure. If piers are used to support the wall, drained at -rest earth pressures would be 65 pcf equivalent fluid pressure. Any surcharge load or live load (including sloped backfill above the top of wall) should also be included during design_ An earth pressure coefficient may be assumed to be 0.50 for determination of lateral soil pressures resulting from surcharge loads. 7.0 PAVEMENT RECOMMENDATIONS It is understood that a parking area is proposed at the southeast corner of the park extending from the general area of Boring B-1 to Boring RW-1. We assume that only occasional heavy to medium truck traffic will be present on the drive areas and that only automobile traffic will be used in the parking pavements. The following recommendations are based upon these assumed conditions. Note: Large differential upward slab movements will occur at this site due to soil swelling and should be anticipated during design of the grading plan. Excavation and moisture conditioning could be performed in pavement areas sensitive to differential movement if it is desired to reduce differential pavement movements. See Section 5.1 of this report. Recommendations for this could be provided by AGG based on tolerances for pavement movement determined by the owner. 7.1 SUBGRADE PREPARATION Surficial soils along the proposed new pavements will range from sand to clay and sandy clay. Cement stabilization is used to improve the support value of sandy soils. Lime is used for clay and sandy clay. Due to theses variations, flex base is recommended in lieu of subgrade stabilization. In lieu of subgrade stabilization, six (6) inches of recycled crushed concrete base could be used in areas where a permanent base is desired to improve pavement performance and reduce maintenance. The flex base should be compacted at optimum to +2% above optimum to 95% Modified Proctor density (ASTM D1557). The base materials should comply with TxDOT Item 247, Type D, Grade 1. Prior to placing the flex base, the subgrade should be proofrolled as recommended in Section 6.4 of this report. The upper eight (8) inches of pavement subgrade should then be scarified and compacted prior to placing flex base. The upper eight (8) inches of the subgrade soils should be compacted at -1 % to +2% of optimum moisture to a minimum of 98% Standard Proctor density (ASTM D 698). ALLIANCE GEOTECHNICAL CROUP DE19-285 Page 22 Note: If a rain event occurs prior to placement and compaction of the flex base, the subgrade should be aerated and re -tested prior to placement and compaction of the flex base_ As an alternative to flex base, a thickened concrete section over a compacted subgrade could be used for improved performance. If this alternative is used, the upper eight (8) inches of pavement subgrade should be scarified and compacted at -1 % to +2% of optimum moisture to a minimum of 98% Standard Proctor density (ASTM D 698). The subgrade should be proofmiled (as mentioned in Section 6.4 of this report) prior to filling. Note: If a rain event occurs prior to paving, the subgrade should be aerated and re -tested prior to paving. Sand should be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils. It should be specified that only on -site clay soils be allowed for fine grading_ After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non -yielding subgrade. If a rain event occurs prior to paving, the subgrade should be aerated and re- tested prior to paving. Differential pavement movements should be anticipated (see Section 5.1 of this report). Inspection during construction is particularly important to insure proper construction procedures are followed. All joints must be effectively seated. Ponding conditions should not be allowed in any area. 7.2 DRIVE APPROACHES Water should not be allowed to pond in drive approaches prior to paving. Density tests should be performed on the subgrade soils in each drive approach prior to fine grading in preparation for paving to verify compliance with project specifications. ALLIANCE CEATECHNICAL CPCtlP DE19-286 Page 23 7.3 PAVEMENT SECTIONS Table 7 and 8 presents the recommended pavement sections for this project: TABLET LIGHT DUTYPAVEit ENT SECTION AUTOMOBILE TRAFFIC ONLY PCG SECTION 5 inches Portland Cement Concrete 8 inches Scarified and Compacted Subgrade * * Six (6) inches of recycled crushed concrete flex base could be placed to improve performance and reduce maintenance. TABLE 8. HEAVY DUTY PAVEMENT SECTIONS HEAVY DU T'Y PAVEMENT (Moderate Heavy Truck. Use) * " PCC SECTION 6 inches Portland Cement Concrete 6 inches Recycled Crushed Concrete Base Jr 7 inches Portland Cement Concrete 8 inches Scarified and Compacted Subgrade For 30 heavy truck repetitions per week (20-year design life). This PCC section is also recommended for dumpster pad I service areas. The concrete in automobile traffic only areas should have a minimum 28 day compressive strength of 3,600 psi. In truck drive areas, the concrete strength should be increased to 4,000 psi for improved performance and increased serviceable life. Concrete quality will be important in order to produce the desired flexural strength and long term durability. Proper joint placement and design is critical to pavement performance. Load transfer at all longitudinal joints and maintenance of watertight joints should be accomplished by use of tie bars_ Control joints should be sawed as soon as possible after placing concrete and before shrinkage cracks occur. All joints including sawed joints should be properly cleaned and sealed as soon as possible to avoid infiltration of water. ALLIANCE GEOTECHNICAL GROUP DE19-286 Page 24 Our previous experience indicates that joint spacing on 12 to 15 foot centers have generally performed satisfactorily. It is our recommendation that the concrete pavement be reinforced with No. 3 bars placed on chairs on approximately 18-inch centers in each direction. We recommend that the perimeter of the pavements have a stiffening curb section to prevent possible distress due to heavy wheel loads near the edge of the pavements and to provide channelized drainage. 7.4 PAVEMENT CONSIDERATIONS It is recommended that provisions be made in the contract to provide for proofrolling in areas where the subgrade will support new pavements. It is also recommended that an item be included for removal and replacement of soft materials, which are identified by this procedure. Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698 at optimum to -2 to f2 percentage points of its optimum moisture content. Achieving the required field density is dependent upon the adequate pulverization of the clay fill materials, the magnitude of compaction energy and the maintenance of field moisture near optimum. All joints and pavements should be inspected at regular intervals to ensure proper performance and to prevent crack propagation. The soils at the site are active and differential heave within the parking area will occur (see Section 5.1 of report)_ The service life of paving may be reduced due to water infiltration into subgrade soils through heave induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of the paving. The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Backfill materials, which could hold water behind the curb, should not be permitted. Flat pavement grades should be avoided. ALLIANCE GEOTECHNICAta GROUP DE19-285 Page 25 8.0 EARTHWORK GUIDELINES 8.1 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed structures and should prevent water from collecting or discharging near the foundations. Future soil swell movements should be considered during design of the grading plan. See Section 5.1_ Water must not be permitted to pond adjacent to the structures or migrate beneath the structure during or after construction. Otherwise, large differential soil swell movements and resulting differential movements would occur. Leave outs around the perimeter of the lightweight structures, pavilion slabs and other critical flatworks should not be allowed to collect and hold water. These leave outs should be pumped out as needed. Surface drainage gradients should be designed to divert surface water away from the buildings and edges of pavements. Surface drainage gradients of sidewalks, pavements, and landscaping, within 30 feet of the buildings should be constructed with maximum slopes allowed by local codes. Provisions should be made for post -construction differential upward movement of adjacent flat work and all pavements. Site grading plans should include provisions for the effects of soil movements on access and entry slabs, adjacent sidewalks and all pavements (See Section 5.1 of this report). The roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto the ground adjacent to the building foundations. Downspouts should discharge directly onto well -drained areas or drainage swales, if possible. Roof downspouts and surface drain outlets should discharge into erosion —resistant areas. Water permitted to pond in planters, open areas, or areas with unsealed joints next to the structures can result in excessive slab or pavement movements as indicated in this report_ Exterior sidewalks, flatwork and pavements will be subject to some post construction movement as indicated in this report. These potential movements should be considered during preparation of the grading plan. Flat grades should be avoided. Where concrete pavement is used, joints should also be sealed to prevent the infiltration of water. Since some post construction movement of pavement and flat work may occur, joints particularly around the building should be periodically inspected and resealed where necessary. ALLIANCE GEOTECI-INICAt_ GROUP DE19-286 Page 26 8.2 UTILITY TRENCH EXCAVATION Trench excavation for utilities should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. Fill placement in trenches should be performed as specified below. 8.3 PROOIrROLLING ARID SUBGRADE PREPARATION Prior to placing fill, the exposed subgrade in areas to receive fill should be stripped and proofrolled using a fully loaded dump truck. Soft areas should be undercut and replaced with compacted on -site soils. The surface should then be scarified to a depth of 8 inches and recompacted to a minimum of 95 percent of the maximum density as determined by ASTM D 698 between -1 and +2 percentage points of its optimum moisture content. 8,4 ON -SITE CLAY FILE. PLACEMENT IN PAVEMENT AND LAN13SCAPING AREAS The on -site surficial clays may be used for general grading and filling. The fill materials should be free of surFcial vegetation or debris. Clay materials should be spread in loose lifts, less than 8 inches thick and uniformly compacted to a minimum of 95 percent of the maximum density as determined by ASTM D 698 (Standard Proctor) between optimum and +3% above its optimum moisture content. Sandy clay having a PI of less than 30 should be compacted at -1% to +2% of optimum moisture to a minimum of 95% Standard Proctor density (ASTM D 698). 8.5 MOISTURE CONDITIONING PRIOR TO COMPACTION Each layer shall be leveled with approved equipment. After spreading, each layer shall be thoroughly manipulated by plowing, discing, or other approved methods of the full depth of the layer being placed to insure uniform density and moisture distribution for proper compaction. The moisture content at the time of compaction shall be within the range specked in these special provisions. If the material is too dry, it shall be moistened by watering before and during manipulation, to properly condition the material for compaction. If the material is too wet, the compaction operation shall be delayed until the moisture content has been reduced to within satisfactory compaction range. Because of time of completion limitations, thoroughly processing of the on -site clay soils will be required during manipulation if the moisture content is below optimum at the time of placement. Each fill lift should be processed until the soil mixture is free of large clods to allow uniform moisture distribution and uniform compaction within the entire fill lift. This is ALLIANCE GEO I ECHNICAL GROUP DE9 9-286 Page 27 particularly important if highly plastic clay soils are to be used as fill in the building pads. The amount of processing and reworking required to achieve uniform moisture conditions can be reduced by pre -wetting the onsite soils prior to placement. 8.5 0tUALITY ASSURANCE REQUIREMENTS As a quality control measure, pocket penetrometer (P.P.) tests shall be performed with each field density test during construction as further verification that proper moisture conditioning is being achieved within the clay fill soils. A penetrometer reading between 2.0 tsf and 3.0 tsf will typically indicate that proper moisture conditioning is being achieved for the clay soils (subject to verification below). Similarly, P.P. tests should be performed on each Proctor Compaction Point in the laboratory for correlation and verification of the desired P.P. range with respect to Proctor moisture, density and swell (with verification that the average volumetric swell is less than 1.0% under the proposed select fill surcharge at the targeted moisture content). Prior to construction, it should be confirmed that the "targeted moisture contents" recommended in Section 5.9.1 will result in an average volumetric swell of less than 1.0% under the proposed select fill surcharge. This swell testing should be performed in conjunction with all proctor compaction testing. If the targeted moisture contents result in an average swell of over 1.0% under the proposed select fill surcharge or in a P.P. value outside the range indicated above, Alliance Geotechnical Group should be contacted to determine if the intent of the geotechnical design is being achieved with respect to required swell reduction and bearing capacity. 9.0 FIELD SUPERVISION Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all pier installations, footing construction, earthwork, proofrolling, site and subgrade preparation, and pavement construction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. Alliance Geotechnical Group employs a group of experienced, well -trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. ALLIANCE GEOTECWNICAL GROUP OE19-285 Page 26 I I Q I 10.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project_ If there are any unusual conditions differing significantly from those described herein, the Alliance Geotechnical Group should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of the client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. ALLIANCE GEOTECHNICAL GROUP DE19-285 Page 29 I ALLIANCE GEOTECHNICAL GROUP ®E19-285 " F f r.SUr6no N � '� �' ' �R '• .'�fi � r " Jam, �{.�' a � ,�.-• ' � �' y J + " J �+ .� � , �i �-�. "d+Le�;�l�sg , �' - _ -�5 � ' f � •�. �°� �.��rfr�.ri� ��^, X"' a ;�• n,14 lb AW IP fill. tip r +J 4 'i ` L Aft F ilk EL .' r � } LOG OF BORING B-1 Project: Riverside mark Improvements - Fort Worth, Texas Project No.: DE19-286 Date: 0612912019 Elev.: location: See Figure 1 Depth to water at completion of boring: dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS MC LL I PL P! 1 -200 DD P PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION /, /, 9S % V. I. ksf % feet — A FIELD TUTDATA _ Dark brown and gray san CLAY to clayey SAND w/ s 29 94 is sand lenses, limestone fragments and calcareous 316. nodules FILL 7 26 4 V Tan fine SAND w/ clay 4H' B 3!5' -5 4 14 a, 416" 5I6" sts• Dark brown sandy CLAY to clayey SAND w/ iron stains 2' ars^ Stiff (compact) dark brown sandy to very sandy CLAY, 20 'S w/ clayey sand layers -20 -25 30 35 Boring terminated at 20' 24 riI�Izffduf Notes: FIGURE:2 Alliance Geotechnical Group, Inc. — �—_ LOCH OF BORING B-2 Project: Riverside Park Improvements - Fort Worth, Texas Project No.. DE19-285 Date: 06/29/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: 11 feet Depth to water when checked: during drilling was: 25' Depth to caving when checked: was: ELEVAT161WSOIL SYM80LS DEPTH SAMPLER SYMBOLS DESCRIPTION MC Lk PL PI. -4G4 Da P.PLN UNCDN SL,,n feet $ FIELD Tk SST 17Ai % U 96 % U rd tsf Its) .. Durk brown,layey gray and tan cSAND to sandy CLAY s�* wf sand tenses, calcareous nodules and limestone 12 21 12 S 118 __ 4.5 _fra_gments {�it,1, 22- 3.0 Stiff brown and gray sandy CL Y to cfa= SAND wl clay seams F + 24 30 70 14 I=F ;,- -soft layer at 5' 23 Iffi- 1 Z ahr 24 ,f Ar -10 5Ar ! 23 66 �15 516" 616" 28 82 2,0 20 BL'fi' 25 MR. - 316" 516" 316" 3f8" 718" A2p:16" SV�'! 35 2916" 38f6" -seepage at 25' during drilling Medium to coarse SAND Boring terminated at 35' 20 10 Notes: FIGURE:3 Alliance Geotechnical Group, Inc. __ LOG OF BORING B-3 Project: Riverside €'ark. Improvements - Fort Worth, Texas Project No.: DE19-285 = Date: O6/2912O19 Elev.: Location: See Figure 1 ' Depth to water at completion of boring: 13 feet Depth to water when checked: during drilling was: 22' 4 Depth to caving when checked: was: UEVATlONI DEPTH 8011 SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC % LL % PL % PI !o 1 -200 % DO Pd I P.PEN tsf UNCON ksf Strain % t feet & FIELD TEST DATA - --_ ' 0 Dark brown and tan sandy CLAY w/ limestone fragments B 33 15 i8 4.5++ l u and sand lenses FILL 14-� 4.5 3.75 Very stiff dark brown CLAY, jointed, w/ silty sand seams and calcareous nodules 97 2,75 51s" 2.5 � 416" 41s" 4N 3/8" 18 83 2.75 '.. 41V 6V Y 18 53 19 34 173 3,75 -to eta, 516" .. 24 97 4,Q 2.1 15.0 15 716" } 1516" — ,ni z-s z;s - 1o.s Dark brown sndy_GLAY w/ silt lenses and sand seams - 24 20 516 1018" -seepage at 22' during drilling 9 Dark gray and brown coarse SAND 25 36i6" 2816" II Dark brown clayey SAND w/ gravel 911� 216" 19 30 316" 1116" 7/6, 35 6„ -�— Boring terminated at 35 Notes: FIGURE:4 Alliance Geotechnical Group, Inc. LOG OF BORING Soo Project: Riverside Park Improvements - Fort Worth, Texas Date: 06/2912019 Elev.: Location: See Figure 1 Depth to water at completion of boring: dry Depth to water when checked: was: Depth to caving when checked: was: F; EVATION! - SOIL SYMBOLS -- - - - Project No.: DE19-288 DEPTH I SAMP�ERSYMBOLS I DESCRIPTIDN MG LL PL PI 5 10 15 20 30 35 Notes: Dark brown CLAY, jointed, w/ sand seams and sandy 16 53 20 33 clay layers 17 16 38 15 23 17 Dark brown san y CLAY wl sand seams Very stiff dark brown sandy CLAY, w/ sand layers, cl sand layers, and calcareous nodules Boring terminated at 20' 21 53 19 34 18 22 25 -200 % DID Pci P PEN [at UNCON 3 sf Strain % �... 4..5++ .._. ....,.. 4 5++ 4.5+ 110 4;5+ 4.5+ 4.5 104 45 `k .��..� �L.4.5 L 94 1 102 f 4 5 { 5.1 ( 8.1 3.75 FIGURE:6 r'uance Geotechnical Group, Inc. . - ,. , __. _._............... LOG OF BORING 8-5 Project: Riverside Park Improvements -Fort Worth, Texas Project No.: DE19-285 Date: 06/29/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: 22 feet Depth to water when checked: during drilling was: 22' Depth to caving when checked: was: rLVVATIONI SOIL SYMBOLS DEPTH SAMPLER SYMBOLS i®el & FIELD TEST DATA 15 20 25 30 3816" ' DESCRIPTION aMC % Dark brown to brown CLAY, jointed, wl calcareous nodules, iron stains, occasional limestone fragments, 22 sand seams and clayey sand layers 23 17 Fine brown lay $AND wl clay seams and sand seams 12 1a Very stiff (compact) reddish brown and tan clayey SAND 1� wl limestone fragments, gravel seams, calcareous nodules, iron stains and sand seams 14 -seepage at 22' during drilling Reddish brown and tan clayey SAND wl limestone deposits, gravel, iron stains and sand seams iF -cobble layer at 33.5' 1s LL PL I PI 1 -200 DD P.PEN UNCON I Strain % % % % Pcf UA ksf % 57 20 37 4.5 4.5 57 21 36 102 4.5 45 4.5+ 120 475 �12.6 15.0 130 4-5+F I—A9�1 i1_5 1_3.5 9-1 �15.0 120 1 3.75 1 51 1 15.0 i momi m� m 20 Notes_ FIGURE:6 _ Alliance Geotechnical Group, Inc. - - --. - LOG OF BORING B-5 Project: Riverside Park Improvements - Fort Worth, Texas Project No,: DE19-285 Date: 06129/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: 22 feet Depth to water when checked: during drilling was: 22' Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS - - DEPTH SAMPLER SYMBOLS DESCRIPTION jjMc LL PL I PI -11111 i1^ PPEN UNCON RllJn feet % FIE4p TEST DATA I E ! Yo ao so ss 74 Notes: Reddish brown and tan �pftey-B ND w/ limestone deposits, gravel, iron stains and sand seams Boring terminated at 40' Alliance Geotechnical Group, Inc. FIGURE:7 LOG OFF BORING B-6 Project: Riverside Park Improvements -Fort Worth, Texas Date: 06129/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: 17 feet Depth to water when checked: was: Depth to caving when checked: was: EVATIONI SOEL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION Dark brown to brown sandyLCIL wl sand and calcareous nodules (FILL) Dark brown CLAY, jointed, wl sand seams Project No.: DE19-286 u40 LL PL 1 PI -200 DD P PEN UNCON Strain % k 'Y % % prf tsf ksf !S 3.s 1 i 3.0 _1_ J_3.25 17 35 22 AS 17 31 99 101 3.5 Dark brown and gray very sandy CLAY to clay-ey.._ SAND 23 wl occasional silt lenses and sand seams 18 if) 15 Boring terminated at 20' 25 30 35 22 28 35 - 71 275 63 Notes: FIGURE) Alliance Geotechnical Group, Inc._ _ LAG OF BORING RW-1 Project: Riverside Park Improvements - Fort Worth, Texas Project No,: DE19-285 Date: 0612912019 Elev.: Location: See Figure 1 Depth to water at completion of boring: city Depth to water when checked: was: Depth to caving when checked: was: EVOWDON/ SOIL SYMBOLS_.- UEPTH SPI -200 DO P.PEN UNCON Strain fast & FIELD TEST € .TA db 45 % % °f pcf t8f kaf % 5 10 15 $0 Dark brown, tan, and gray sandy CLAY_ to clavev SAN D — - -" _� s— w/ sand traces, limestone fragments, calcareous B 30 14 16 4.5++ deposits and gravel, jointed (FILL) 9 4.5++ 11 4.5 ___ r ieddish brawn and tan fine SAND w/ clay searrTs I I ! a Tan and gray sandy CLAY to clay SAND wl calcareous nodules, Iron stains and sand seams 1 11 1 26 13 13 Gray sad C AY w/ silt seams and sand seams z2 Boring terminated at 20' 29 30 3.0 '1_,. 3 5 r 16-4 2.0 gates: FIGURE:8 --- Alliance Geotechnical Group, Inc. LOG OF BORING P-1 Project: Riverside Park Improvements - Fort Worth, Texas Project No.: DE19-285 Date: 06129/2019 Elev., Location: See Figure 1 Depth to water at completion of boring: dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL Pl -200 DD P-PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION o� % % % % Pd tsf ksf !o (eet - &FIELD TEST 0 932 15 17 4,5t+ Brown sandy CLAY to cla a SAND wl dark brown clay seams, sand traces and calcareous nodules, jointed 45 (FILL) 15 4 5+ 4.5 14 3.5 5 3.75 01 ^. as 17 45 - — 23 _. _... Dark brown and gray CLAY, jointed, wl iron stains 4.5 t6 Boring terminated at 10' 15 1 2a 25 30 35 Notes: FIGURE:9 - Alliance Geotechnical Group, Inc. --- - — LOG OF BORING PR2 Project: Riverside Park Improvements - Fort Worth, Texas Date: 06129/2019 Elev.: Location: See Figure 'I Depth to water at completion of boring: dry Depth to water when checked: was: Depth to caving when checked: was: EVATIONI SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION feet & RELD TEST DATA Dark brown to brown as ndy CLAY to c, layZ SAND w/ limestone fragments, calcareous deposits, sand traces and gravel, jointed (FILL) 5 - crushed concrete layer 7.5'-8' Reddish brown CLAY wI sand, limestone fragments, crushed concrete fragments, calcareous deposits and sand seams (FILL) Boring terminated at 10' 15 20 25 30 35 Project No.: DE19-285 MSC LL I PL P€ -N0 DD I PFEN UI.0014 J 4.5++ 7 4.5++ 8 28 15 13 127 4,5+ 11 45 4,5 Mg===��Zm Motes: FIGURE-10 __ Alliance Geotechnical Group, Inc. �� f LOG OF BORING P-3 Project: Riverside Park Improvements - Fort Worth, Texas Project No.: DE19-285 Date: 06129/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: dry depth to water when checked: was: Depth to caving when checked: was: ELEVATIONI DEPTH SOIL SYMBOLS SAMPLr-RSYMBOLS DESCRIPTION Mr- �� % PL % Pi % -20D % DU Pef P PEN 181 ii UNCON k5f Slfain % Net) 8 FIELD TEST DATA 0 — —_ _ 4.5++— Dark brown sandy CLAY wl limestone fragments, calcareous deposits, and ravel ! lLL I 33 16 17 4 Sf+ Dark brown to brown SLAY,, jointed, wl calcareous 4,5+ nodules and limestone nodules 19 105 4.5+ 17 BB 4.5t+ 5 4.5++ 13 4 5+ 12 3i 15 iS 124 _ 4,5+ _ Reddish brown saner CLAY to clayey SAND w! -10 calcareous nodules, limestone deposits and nodules, and sand traces Boring terminated at 10' 15 23 25 30 35 :. -- Notes; FIGIJRE:11 Alliance Geotechnical Group, Inc. LOG OF BORING R-4 Project: Riverside Park Improvements - Fort Worth, Texas Project No.; DE19-285 Date: 06/29/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: dry Depth to water when checked: was: Depth to caving when checked: was: DEPTH SAMPLER SYMBOLS DESCRIPTION MG LL PL PI NO DID p 1FA V?,'CMPl$Iroin Leal & FIELD TEST DATA % % I % % I % Dark brown aaady wl crushed stone, gravel, 7 38 IS 23 limestone fragments, calcareous deposits and sand 4.5 seams FILL 27 4 .s Dark brown to brown CLAY, jointed, w! occasional calcareous nodules and limestone nodules 45 23 4.5 5 22 11v vw 104 4,5 22 4.5 17 A.5 -10 Boring terminated at 10' 15 20 25 Notes: FIGURE:12 Alliance Geotechnical Group, Inc. �_ Symbol Description Strata svmbols Sandy CLAY, Clayey SAND SAND sandy CLAY SAND, clayey misc. symhols Water table when checked Water table at boring completion Boring continues KEY TO LOG TERMS & SYMBOLS Symbol Description Soil sgwlers 0 Thin Wall Shelby Tube standard Penetration Test Auger ® THD Cone Penetration Test Notes: 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit M MC = natural moisture content (%) PL = plastic limit M Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4, Rock Coxes REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURER 31 1 _ Alliance Geotechnical Group, Inc, Symbol Description Strata symbols Sandy CLAY, Clayey SAID SAND CLAY, sandy CLAY SAND, clayey Miss. Svmbols Water table at boring completion _ Boring continues Sqi�. Samplers Thin Wall Shelby Tube Notes. KEY TO LOG TERMS & SYMBOLS Symbol Description ® Standard Penetration Test Auger M THD Cone Penetration Test I. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (%) MC = natural moisture content ( } PL = plastic limit (%) Uncon.= unconfined compression (tsf) PS = plasticity index P.Pen.= hand penetrometer (tsf) -200 = Percent nassina 4200 1. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURER 3 Alliance Geotechnical Group, Inc. __ __ 0 E I q SWELL TEST RESULTS i BORING NO. B-1 DEPTH (FEET 0-1 UNIT '6iIlEIGHT (PGA ATTERBURG LIMITS ] IN -SITU FINAL MOISTURE � MOISTURE CONTENT CONTENT LOAD (PSTI o �° L VERTICAL � SMELL 8.0 LL i'L Pl 120.7 29 14 15 9.4 18.3 63 B-2 1-2 118.8 21 12 9 11.5 13.3 188 1.2 B-2 4-5 100.4 30 16 14 23.9 23.9 563 0.0 B-3 9-10 113.0 53 19 34 18.1 18.4 1,188 0.2 B-4 3-4 109.9 38 15 23 16.0 19.8 438 3.8 B-4 7-8 103.5 53 19 34 22.6 23.5 938 0.8 B-5 3-4 102.0 57 21 36 23.0 24.8 438 2.0 B-5 9-10 130.2 - - - 9.7 10.6 1,188 0.3 B-6 5-6 101.3 48 17 31 22.2 23.3 688 1.1 RW-1 9-10 124.4 26 13 13 11.1 11.9 1,188 0.1 P-2 3-4 126.9 28 15 13 8.4 11.4 438 0.8 P-3 3-4 105.3 - - -- 18.5 21.6 438 3.1 P-3 9-10 124.4 31 15 16 12.2 12.7 1,188 0.2 P-4 5-6 103.5 52 19 33 21.6 - 23.6 688 2.0 PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. Af►ncE aEOTECHNIML mour RIVERSIDE PARK IMPROVEMENTS FONT 'WORTH, TEXAS ALLIANCE GEOTECHNICAL GROUP DE19-285 Date: 07/2212019 FIGURE: 14 LIME SERIES RESULTS BORING NO. DEPTH (I~I�ET} LIME ADDED { /o) LIQUID LIMIT { col [PLASTICITY INDEX (PI) 37 0% 57 4% 49 21 B-5 1-2 6% 49 18 8% 47 14 t�LL[PII��E GEOTECHNIChL 3FtoUr LIME SERIES TEST RESULTS RIVERSIDE PARK IMPROVEMENTS FORT WORTH, TEXAS ALLIANCE GEOTEGHNICAL GROUP DE19-285 I Date: 07/22/2019 1 FIGURE 15 GCm6o06.D Minority and women Owned Business Enterprise Compliance CITY OF FORT WORTH Riverside Community Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. CO1196 Revised July 1, 2011 City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OIL POLICY If the total dollar value of the contract is $50,000 or more, then a MBE subcontracting goal 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. The City's MBE goal on this project is MBE PROJECT GOALS % 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. Ti,ie Offeror shall deiover the M8E documentation m pe4ao+k to IhL- approprraIa oFopIuyee uF the pumha.sina dJV15i6n and abtain a.datelllrrre recetpl. Such receipt shall be, 6vlrlence thyl tl7e City r lyed the dricurnsnfali4n In the Elite alfeicaled. A faxed anWor omalled copy will riot 44 acfeplad 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. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: 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. S. 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 ORD(NANu1=, WiLL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SU13MIT THE REQUIRED ArISE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE- A SECOND FAII_URF WILL RESULT IN THE OFFERCIR 80114 a DISQUALIFIED FOR. A PERIOD OF ONE YEAR. 'THREE FAILURES IN A FIVE YEAR PERIODWILL RESULT IN Ak DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M1WBE Office at (S17) 21Z-Z674. Rev. 2/10/15 2 4 00 45 40 - 2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no Iater than. 2:00 p.m., on the second City business or exceeded. day 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-RESONSIVE 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 DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The NMBE Office at (817) 212-2674. 8 END OF SECTION 10 CITY OF FORT WORTH Riveeside Conununity Park Phase I Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. C01196 Revised June 9, 2015 ORDINANCE NO.21606-01-2015 AN ORDINANCE AMENDING CHAPTER 20 "LICENSES AND MISCELLANEOUS BUSINESS REGULATIONS", ARTICLE X "MINORITY AND WOMEN BUSINESS ENTERPRISES" OF THE CODE OF THE CITY OF FORT WORTH, TEXAS (1986), AS AMENDED, BY AMENDING SECTION 20-366, "DEFINITIONS", SECTION 20-368, "CERTIFICATION", AND SECTION 20-371, "APPLICABLE CONTRACTS"; REDUCING THE SUBMISSION TIME FOR MINORITY AND SMALL BUSINESS ENTERPRISE COMPLIANCE DOCUMENTATION FROM FIVE (5) DAYS AFTER DAY OF BID OPENING TO TWO (2) DAYS AFTER DAY OF BID OPENING; PROVIDING A PENALTY FOR FAILING TO SUBMIT MINORITY AND SMALL BUSINESS ENTERPRISE DOCUMENTATION IN A TIMELY MANNER; PROVIDING THAT THIS ORDINANCE SHALL BE CUMULATIVE OF ALL PRIOR ORDINANCES AND REPEAL CONFLICTING ORDINANCES; PROVIDING FOR A SEVERABILITY CLAUSE; PROVIDING FOR A SAVINGS CLAUSE; PROVIDING FOR PUBLICATION IN THE OFFICIAL NEWSPAPER OF THE CITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on December 13, 2011, the City Council of the City of Fort Worth ("City Council") adopted Ordinance No. 20020-12-2011, the Business Diversity Enterprise (BDE) Ordinance, with an effective date of June 1, 2012; and WHEREAS, it is advisable to amend Chapter 20 of the Code of the City of Fort Worth (1986), as amended, ("Chapter 20") to amend the definitions of "Certified", "Minority Business Enterprise", "Non -responsive", "Small Business Enterprise", and "Women Business Enterprise"; and WHEREAS, it is advisable to add definitions for the terms "M1WBE", "Principal Place of Business" and "Significant Business Presence"; and WHEREAS, the BDE Ordinance currently provides a five (5) day window after the date of bid opening for an Offeror to submit its Business Diversity Enterprise Utilization Plan; and WHEREAS, the City Council seeks to promote greater efficiency and expediency in entering into contracts with third parties; and WHEREAS, it is advisable to amend Chapter 20 to provide for a two (2) day window after the date of bid opening for an Offeror to submit its Business Diversity Enterprise Utilization Plan; and Ordinance No. 21606-01-2015 Page 1 of 8 WHEREAS, it is also advisable to amend Chapter 20 to provide a penalty for repeated failure of a low bidder to submit required Minority Business Enterprise or Small Business Enterprise documentation within the mandated timeframes; and WHEREAS, the City Council finds this Ordinance to be reasonable and necessary. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS, THAT: SECTION 1. The definitions of "Certified", "Minority Business Enterprise", "Small Business Enterprise" and "Women Business Enterprise" contained in Chapter 20 "Licenses and Miscellaneous Business Regulations", Article X "Minority and Women Business Enterprises", Section 20-366, "Definitions" of the Code of the City of Fort Worth are hereby amended to be and read as follows and the definitions of "M/WBE", "Principal Place of Business" and "Significant Business Presence" are hereby added to read as follows: Certified means those firms that have been determined to be a bona fide Minority, Women, or Small Business Enterprise by the North Central Texas Regional Certification Agency ("NCTRCA") or other certifying agencies that the City may deem appropriate and whose certifications are accepted by the City of Port Worth. M/WBE means Minority Business Enterprises, as defined herein, and Women Business Enterprises, as defined herein. Minority Business Enterprise ("MBE") means a Certified business that meets the following criteria: (1) is at least 51 percent owned by one or more minority persons, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more minority persons; and (2) management and daily business operations are controlled by one or more minority persons who own it. Non -responsive means failure of an Offeror to comply with this Article's requirements upon submission of a bid or proposal, herein specifically defined by failing, within the time limits specified within the ordinance, to: (1) meet or exceed the stated contract Goal, or (2) make a good faith effort to meet the contract Goal, or (3) submit the prime contractor waiver, or (4) submit the Joint Venture form and agreement. Ordinance No. 2 I606-01-2015 Page 2 of 8 Principal Place of Business means the address reflected in the North Central Texas Regional Certification Agency current database as the Principal Place of Business. Significant Business Presence means a place of business whose Principal Place of Business is outside the Marketplace and whose location within the Marketplace has been verified to be in existence for a minimum of 24 months and from which (1) at least 40% of the business's full-time and part-time employees are based in the Marketplace and (2) a Commercially Useful Function is conducted that is significant to the specific project. A location utilized solely as a post office box, mail drop, or telephone message center or any combination thereof, with no other substantial work function, shall not be construed to constitute a Significant Business Presence. Small Business Enterprise ("SBE") means a Certified business that meets the United States Small Business Administration's definition of a small business as outlined in the Code of Federal Regulations, 13 C.F.R. Part 121 and that is accepted by the City of Fort Worth as a Small Business Enterprise. Women Business Enterprise ("WBE") means a Certified business that meets the following criteria: (1) is at least 51 percent owned by one or more women, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more women; and (2) management and daily business operations are controlled by one or more women who own it. SECTION 2. Chapter 20 "Licenses and Miscellaneous Business Regulations", Article X "Minority and Women Business Enterprises", Section 20-368, "Certification" of the Code of the City of Fort Worth is hereby amended to be and read as follows: The City will recognize MBE and SBE firms that are Certified by the North Central Texas Regional Certification Agency ("NCTRCA") or other certifying agencies that the City may deem appropriate and whose certifications are accepted by the City of Fort Worth, including acceptable SBE certifying agencies. SECTION 3. Chapter 20 "Licenses and Miscellaneous Business Regulations", Article X "Minority and Women Business Enterprises", Section 20-371, "Applicable contracts" of the Code of the City of Fort Worth is hereby amended to be and read as follows: Section 20-371(a)(I )e.2.: Ordinance No. 21606-01-2015 Page 3 of 8 The Offeror shall submit the Subcontractor Utilization Form and/or the Good Faith Effort Form or the Prime Contractor Waiver Form, or the Joint Venture Form, including all required documentation, as appropriate. The Purchasing Division must receive the documentation no later than 2:00 p.m., on the second City business day$ after the bid opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate employee of the Purchasing Division to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MBE or SBE requirements and documentation, shall render the Offeror Non -responsive. Section 20-371(a)(2)a.: For the purpose of determining compliance with the Goal requirements established in this Article, businesses will be counted as MBE and SBE only if the business's Principal Place of Business is located in the Marketplace or the business has a Significant Business Presence in the Marketplace. Section 20-371(a)(2)a.3: If a business described in Section 20-371(a)(2)a.2 above fails to submit an application for certification within a reasonable time, or if the business is denied certification, the Offeror shall be afforded until 2:00 p.m. on the second City business days following written notice by the Project Manager to secure additional Certified/Certifiable MBE and/or SBE participation. Section 20-371(a)(2)a.4: Evidence of the additional Certified/Certifiable MBE and SBE participation shall be delivered to and received by Purchasing Division no later than 2:00 p.m., on the second City business days after the written notification was received by the Offeror, exclusive of the date that the notification was received. Section 20-371(a)(2)a.5: If a business described in Section 20-371(a)(1)c.2. above fails to submit its MBE and SBE documentation by the deadline, the second Offeror will be notified in writing by the Project Manager and must submit its MBE and SBE documentation to the Purchasing Division no later than 2:00 p.m. on the second City business day after the notification was received by the second Offeror, exclusive of the date that the notification was received. If the second Offeror fails to submit its documentation prior to the deadline, the third Offeror shall be notified by the Project Manager in writing and must comply with the requirements set forth in this paragraph. Ordinance No_ 21 b0b-01-2015 Page 4 of 8 Section 20-371(a)(2)d: Documentation required under Section 20-371(a)(2)a.2. or (a)(2)a.3. above, must be received by the Purchasing Division no later than 2:00 p.m., on the second City business day, exclusive of the date that the Offeror was notified that it was Non -responsive. If the documentation is not received within the stated time, the Offeror shall be deemed Non- responsive. The City will not communicate with another Offeror regarding award of the contract prior to 2:00 p.m. on the second City business days after the original Offeror has been notified that it is a Non -responsive bidder. Section 20-3 71 (a)(2)j. I: The Purchasing Division must receive the documentation no later than 2:00 p.m., on the second City business days after the bid opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate employee of the Purchasing Division to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MBE and SBE requirements and documentation, shall render the Offeror Non -responsive. Section 20-371(a)(5): Alternative Contracting and Delivery Methods for Construction Projects. A prospective Offeror on a City solicitation for which Offerors are not initially evaluated solely based on price or for which the project scope is not predefined, shall submit at the time of response such documentation. as required by the City to affirm its intent to address the subcontracting Goal that is indicated in the solicitation. Section 20-371(b)(2)a.: For the purpose of determining compliance with the Goal requirements established in this Article, businesses will be counted as MBE and SBE only if the business's Principal Place of Business is Iocated in the Marketplace or the business has a Significant Business Presence in the Marketplace. Section 20-371(c)(1)c.2: The Offeror shall submit the Subcontractor Utilization Form and/or the Good Faith Effort Force or the Prime Contractor Waiver Form, or the Joint Venture Form, including all required documentation, as appropriate. The Purchasing Division must receive the documentation no later than 2:00 p.m., City business days after the bid opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate Ordinance No. 21606-01-2015 Page 5 of 8 employee of the Purchasing Division to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid_ Failure to comply with the bid specifications, inclusive of the SBE requirements and documentation, shall render the Offeror Non -responsive. Section 20-3 71 (c)(2)a.2: If a business described in Section 20-371(c)(2)a.1 above fails to submit an application for certification within a reasonable time, or if the business is denied Certification, the Offeror shall be afforded until 2:00 p.m. on the second City business day following written notice by the Purchasing Division to secure additional Certified/Certifiable SBE participation, starting the next City business day following the day the written notification was received from Purchasing Division. Section 20-371(c)(2)a.3: Evidence of the additional Certified/Certifiable SBE participation shall be delivered to and received by the Purchasing Division no later than 2:00 p.m., on the second City business days after the notification was received by the Offeror, exclusive of the date that the notification was received. Section 20-3 7 1 (c) (2)d: Documentation required under either Sections 20-371(c)(2)b. or 20-371(c)(2)c. above must be received by the Purchasing Division no later than 2:00 p.m on the second_City business day following written notice by the Purchasing Division, exclusive of the date that the Offeror was notified that it was Non -responsive. If the documentation is not received within the stated time, the Offeror shall be deemed Non -responsive. The City will not communicate with another Offeror regarding award of the contract prior to 2:00 p.m. on the second City business days after the original Offeror has been notified that it is a Non- responsive bidder. Section 20-37 1 (c)(2)j. 1: The Purchasing Division must receive the Joint Venture form from the Offeror no later than 2.00 p.m., on the second City business days after the date of bid opening, exclusive of the day of the bid opening, for certification by the M/WBE Office. SECTION 4. Chapter 20 "Licenses and Miscellaneous Business Regulations", Article X "Minority and Women Business Enterprises" of the Code of the City of Fort Worth is hereby amended to add Section 20- 371.1 to be and read as follows: Ordinance No. 21606-01-2015 Page 6 of 8 Section 20-371.1 — Failure to provide MBE or SBE documentation. (a) If an Offeror fails to provide required MBE and/or SBE documentation as set forth in section 20-371, a written notification shall be forwarded to the noncompliant Offeror by the Project Manager or the Purchasing Division, as appropriate. A second failure to provide required MBE and/or SBE documentation within a five (5) year period shall result in the Offeror being disqualified and therefore ineligible to bid on City contracts for a period of one year from the date of notification of the second instance of Non -responsiveness. (b) Any Offeror who has failed to provide required MBE and/or SBE documentation three times within a five (5) year period is ineligible to bid on City contracts for a period of three (3) years from the date of notification of the third instance of Non -responsiveness. (c) Any Offeror who has been disqualified under this section may apply to be reinstated upon the expiration of the ineligibility period. (d) Debarment under this section shall not operate as a waiver of any statutory remedy or penalty provided for by federal, state or local statute, rule, regulation or ordinance. SECTION S. This ordinance shall be cumulative of all provisions of ordinances of the Code of the City of Fort Worth, Texas, (1986), as amended, except where the provisions of this ordinance are in direct conflict with the provisions of such ordinances and such Code, in which event conflicting provisions of such ordinances and such Code are hereby repealed. SECTION 6. It is hereby declared to be the intention of the City Council that the phrases, clauses, sentences, paragraphs and sections of this ordinance are severable, and, if any phrase, clause, sentence, paragraph or section of this ordinance shall be declared unconstitutional by the valid judgment or decree of any court of competent jurisdiction, such unconstitutionality shall not affect any of the remaining phrases, clauses, sentences, paragraphs and sections of this ordinance, since the same would have been enacted by the City Council without the incorporation in this ordinance of any such unconstitutional phrase, clause, sentence, paragraph or section. SECTION 7. All rights and remedies of the City of Fort Worth, Texas, are expressly saved as to any and all violations of the provisions of the Code of the City of Fort Worth, or any other ordinances of the City, that have accrued at the time of the effective date of this ordinance; and, as to such accrued violations and all pending litigation, both civil and criminal, whether pending in court or not, under such ordinances, same shall not be affected by this ordinance, but may be prosecuted until final Ordinance No. 21606-01-2015 Page 7 of 8 disposition by the courts. SECTION 8. The City Secretary of the City of Fort Worth, Texas is hereby directed to publish the caption, penalty clause and effective date of this ordinance for two (2) days in the official newspaper of the City of Fort Worth, Texas, as authorized by Texas Local Government Code, Section 52.013. SECTION 9. All other provisions of Chapter 20 of the Code of the City of Fort Worth, as amended, shall remain in full force and effect, save and except as amended by this ordinance. SECTION 10. This ordinance shall take effect upon adoption and publication as required by law, and it is so ordained. APPROVED AS TO TOIi1M AND LEGALITY: C . Charlene Sanders Assistant City Attorney ADOPTED: January 6, 2015 EFFECTIVE: 4 1 L�WI- �•�%� ATTEST: 7 Mary J. ILW City Secretary Ordinance No. 21606-01-2015 Page 8 of 8 City ®f Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION Approved on 11612ID15 0rdinance No, 21606-01.2015 CONTINUED FROM A PREVIOUS MEEK DATE: Tuesday, December 09, 2014 REFERENCE NO.: G-18380 LOG NAME: 17BDEAMEND SUBJECT: Adopt Ordinance Amending Chapter 20, Licenses and Miscellaneous Business Regulations, Article X, Minority and Women Business Enterprises, to Amend and Add Definitions, Reduce the Time Period for Persons Bidding on Certain City Contracts to Submit Minority Business Enterprise and Small Business Enterprise Documentation from Five Days to Two Days and Include a Penalty for Failure to Submit Such Documentation (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached ordinance amending Chapter 20, Licenses and Miscellaneous Business Regulations, Article X, Minority and Women Business Enterprises to add and amend the definitions, reduce the time period for submission of Minority Business Enterprise and Small Business Enterprise documentation and include a penalty for failure to submit the required Minority Business Enterprise and Small Business Enterprise. DISCUSSION: The current Business Diversity Enterprise (BDE) ordinance requires that persons or businesses wishing to bid on certain City contracts must submit Minority Business Enterprise (MBE) and Small Business Enterprise ($BE) documentation within five City business days after bid opening date. In order to reduce the amount of time it takes to complete the award process, Staff recommends reducing the current five City business day requirement to two City business days. The proposed reduction was reached after evaluating input from the MinoritylWomen Business Enterprise Advisory Committee (MIWBE Committee) and the contracting community. If the lowest bidder does not timely submit the required MBE and SBE documentation, that bidder will be deemed non -responsive and the second lowest bidder will be given two City business days to submit the required documents. This process will be followed until the lowest bidder submitting the required MBE and SBE document is selected. In order to discourage contractors from not submitting the required documentation, various penalties were discussed. A progressive penalty schedule for failure to submit required documentation within required timelines was proposed by Staff and is supported by both the M/WBE Committee and acceptable to the contracting community. The proposed progressive penalty schedule is: failure to submit ind failure to submit required mentation within a 5 year period failure to submit required mentation within a 5 year period isqualification from bidding for a period one year isqualifcation from bidding fora period three years Logname: 17BDEAMEND Page 1 of 2 A contractor who is removed from the pre -qualification lists must apply for reinstatement after the expiration of the penalty period in order to be eligible to bid. The M/\NBE Committee also supports efforts to increase opportunities for regional firms that wish to have a business presence in the region. Therefore, for purposes of the Business Diversity Enterprise Ordinance, the M/WBE Committee recommends that the City count not only MBEs and SBEs whose principal places of business are located in the six county area comprising the Marketplace, but also those who have a significant business presence in the marketplace, even if their principal places of business are located elsewhere. The proposed ordinance defines a business with a "Significant Business Presence" in the Marketplace as one whose principal place of business is outside the marketplace, but that has conducted business operations from a location within the marketplace for at least 24 months and from which (1)at least 40 percent of the business's full-time and part-time employees are based and (2) a commercially useful function is conducted that is significant to the specific project. A business whose only location in the marketplace is utilized solely as a post office box, mail drop, or telephone message center or any combination thereof, with no other substantial work function, would not be considered to have a significant business presence in the marketplace. All MBEs and SBEs must be certified as such by the North Central Texas Regional Certification Agency (NCTRCA) or other certification agencies that subsequently may be acceptable to the City. A company's principal place of business will be established by the certification agency. FISCAL INFORMATION / CERTIFICATION: The Financial Management Director certifies that this action will have no material effect on City funds. FUND CENTERS: TO Fu nd/Accou nVC enters CERTIFICATIONS: Submitted for Uty Manager's Office by: Originating Devartment bead: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (6122) Jay Chapa (5804) Robert Sturns (212-2663) Coy Gray (871-6007) Logname: 17BDEAMEND Page 2 of 2 ATTACHMENT IA Page 1 of 4 FORE A01ciri City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization form Northstar Construction, LLC Offeror M;11DBE H NON-MNVIDBE Riverside CommunityPark Phase 1 Improvements BID DATE p o2/2�/2a2o 16 % MBE Project Commitment: 13.3 % C01196 NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its enfiretp with requested documentation, and received by the Purchasing Division no later than 2.00 p.m. on the second City business day after bid opening, exclusive of bid openiing date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to eater into a formal agreement with the MICE firm(s) listed in this utilization schedule, conditioned upon executbori of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located In the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all Subcontr-a`ctofsr'-suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e- a direct payment from the prime contractor to a subcontractor is considered 1`1 tier. a payment by a subcontfactor to its supplier is considered 2::6 tier. The prime contralUor is responsible to provide proof of payment of all tiered subcontractors identified as a MSE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. It hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and o11 perates at least one frilly licensed and operational truck to be used on the contract, The MSE may lease trucks from another MBE firm, Including MBE ovoner-operated, and recelve I'1O WE credit, The I&PISE rray lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/10/15 FORT WORTH ATTACHMENT IA Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mlnority arrd non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER NCTRCA N ° Company Name T n Detail Detail Address i M w Subcontracting Supplies Dollar Amount Tolephone/Fax e B B B Work Purchased Email E E Contact Person E Cowtown RediMix 1 Concrete $118,000.00 P.O. Box 162327 Ft. Worth, TX 76161 817-759-1919 Max Ulrich maxcowtown@yahoo.com Genesis Earth Solutions 1 Erosion Control $ 8,000.00 632 Tweed Drive Products Ft. Worth, TX 76131 585-329-7036 Young Tewksbury young@genesisearthsolutions.com LB Transportation, LLC 1 Aggregates $ 2,000.00 P.O. Box 1016 Keller, TX 76244 817-337-6830 ElLauren Munro lauren@Ibtransportationllc. com DFW Aggregates, LLC 1 Trucking $ 27,600.00 P.O. Box 732148 Haul Off Dallas, TX 75373 972-948-8928 Haul On -Site Hugo Sanchez dfwaggregatesllc@gmail.com Martinez Construction 1 Benches and $ 16,500.00 Services Trash Cans 836 Big Sky Lane Fort Worth, TX 76131 � ❑ 817-975-8641 Ruben Martinez rmartinez.mcs@gmail.com Acme Fence Services, Inc. 1 Fencing $ 21,085.00 2509 Minnis Dr. Fort Worth, TX 76117 817-831-8880 Robyn Davis robyndavis@acmefenceservi ces. net Rev. 2110115 FoxT Wom iri ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., klinority and non-MSE9 MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e NCTRCA N ° P' eM El Detail Subcontracting Work Detail Supplies Dollar Amount Purchased -- - M B E W B E Barnsco, Inc. 1 Reinforcing $ 21,400.00 P.O. Box 541087 Steel, Concrete Dallas,TX 75354 817-740-2400 El ❑ Accessories Greg Forbess greg@barnsco.com Bean Electric 1 Electrical $ 37,016.00 821 E. Enon Avenue Ft. Worth, TX 76140 817-561-7400 ❑ ❑ Chip Bean InSite Amenities 1 Pavilion Shelter $ 21,580.00 9176 Hyde Road Ft. Worth, TX 76179 (817) 236-5439 ❑ 7 Lisa Woolsey I.woolsey@insiteamenities.com Reynolds Asphalt 1 Asphalt Paving $ 156,882.00 P.O. Box 370 Euless, TX 76039 817-267-3131 ❑ ❑ ❑ ❑ ❑ ❑ Rev. 2110/15 FoRT WORTH ATTACHMENT IA Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers Is 193,185.00 Total Dollar Amount of Non -MBE Subcontractors/Suppliers Is 236,878.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS I $ 400,063.00 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAddilion form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation or hoer the requested changeladdition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the IVIBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. WiZ44 Authorized Signature President Title Northstar Construction, LLC Company Name 2112 Soiona Street Address Fort Worth, Texas 76117 city/Statelzip Printe Signature Contact Name/Title (if different) 817-244--8885 817-244-8886 Telephone and/or Fax mike@northstar93.com E-mail Address 03/02/2020 Date Rev. 2/10115 Fo_ RTWORTH City of Dori Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY ff the total dollar value of the contract is $50,000 or more, then a MBE subcontracting goal 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. The City's MBE goal on this project is 16 MBE PROJECT GOALS % of the base bid value of the contract. ,gote: If both MBE and SBE subcontracting goals are established for this protect, 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. The Offerer Oinli dehvcr the MBE dorumepilallon iii person to Ihd oppiopriale erripluyae of 1hr' pure:!: : dIVISION - -,ii obtain a dafelrirrie receipt. Such iecerpl shall be evidence Mal the City ierw rO the doG{imorilalion in the liinrr altQraled. A faxed and/or emalledl copy will not be 11ccepted 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. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: 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 SUBfirllT THE REQUIRED MBE DOViiir ENTATtOhl WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSiVE. A SECOND FAILURE WILL. RESULT IN THE OFFEROR BEING DISOUALIFiED 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 (817) 212-2674. Rev. 2/10/15 .11" Q R -,C 0 RT 1-1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT 113 Page 1 of 1 Northstar Construction, LLC PROJECT NAME: " - IBE X NON-M/WIDBE Riverside CommunityPark Phase 1 Improvements BID DATE P a2/27/ao2o 16 % 13.3 % C01196 If both answers to this form are YES, do not complete ATTACHMENT 1 C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable_ If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. FalIllre to comp leto this form in its entirety and be re-Ceived by the Porchasinm Division no later than 2:00 p,ms.on-,the second C Ity business day after bid open lnst, exclusive of the bid ope nI ng date. will result In the bad being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. x Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. x NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time npt less than one (1) year. Authorized Signature President Title Northstar Construction, LLC Company Name 2112 Solona Street Address Fort Worth, Texas 76117 City/Slate/Zip i fir- Printed Signature Contact Name (it different) 817-244-8885 817-244-8886 Phone Number Fax Number mike@northstar93.com Email Address 03/02/2020 Dale Rev. 2/10116 FORT WORT I" CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "NIA" if not applicable. Name of City project' Harmon Field Park - Soccer Complex Improvements A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 001167 1. Joint venture information: Joint Venture Page 1 of 3 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 additionat space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name: Non -MBE firm 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: Describe the scope of work of the non -MBE: 1 AW1151[r7M Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 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 injoint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and fire► 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 MNVBE 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 Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of 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 ofnon-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 President Date Date 02/28/2020 State of Notarization County of On this day of , 20 , before me appeared 11% 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. 2110/15 ATTACHMENT 1C Page 1 of 4 IF, 0RT WORT14 City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Northstar Construction, LLC Offeror PROJECT NAME: X NON-MNV/DBE Riverside CommunityPark Phase 1 Improvements BID DATE p o2/2�/Zo2o City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 16 Rio 1 13.3 pia IC01196 !f the Offeror did not most or exceed the MBE sub-contraciin g goal for this project, the Offeror must corniplete this (orm. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru II below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Falluro Ito complete this forrn, in its entirety with Supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Electrical Lighting Ready Mix Concrete Irrigation Reinforcing Steel Landscaping Wood Forms Erosion Control Concrete Accessories Asphalt Paving Playground Installation Fabricated Steel Gate, Fencing Pavement Striping & Signage Rev. 2110115 ATTACHMENT I Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes No Date of Listing a2 125 / 2o2o 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) X No 4.) Did you solicit bids from MBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) No 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 opened? Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? X Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No NOTE: The four rirethods ide„tified above are acceptable for soliciting bids, and each selected method must be applied to the applicabls contract. The Offeror must document that either at least tv.o attempts were made using two of the four methods or that rat least one successful contact was made usir,g one of the four methods its order to be deemed responsive to the Good Faits Effort requirement. NOTE: Tho Offeror i uS11 contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance ;with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? X Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No Rev. 211 Oil ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (if yes, attach all copies of quotations.) X No 10.) Was the contact information on any of the listings not valid? X Yes (If yes, attach the information that was not valid in order for the MNVBE Office to address the corrections needed.) No 11.}Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. Requested MBE list via email om 0210512020, again on 02/1112020, and by fax on 0211312020. Did not receive list until 02125/2020. Please see attached transmissions The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2/10115 ATTACHMENT 9C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's MlWBE Office. 'W L% Authorized Signature Printed Signature President Title Northstar Construction, LLC Company Name 2112 Solona Street Address Fort Worth, Texas 76117 City/Statelzip Contact Name and Title (if different) 817-244-8885 817-244-8886 Phone Number Fax Number mike@northstar93.com Email Address 03/02/2020 Date Rev. 2110115 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, hough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1