Loading...
HomeMy WebLinkAboutContract 57920��l�T'���T� ������� ����� a- �, �T ��-� , r . a�. c��v�r�}�c�r ����� �r��r� �o�vs�r�ut;fi�o� �� F'ort �or-�1� �aiia�� Ce��ie� � R��ge Boa���v�l�C P�7as� II �E� Pra,�e�� 1Vo. � ��3�U [�T�tt�c� P�r�C�r D��-�d ��x�k� M��c�� �it� �E�nager l�icha�d "L$vala, D�c�or �'ark � i�ctireation 13epar�m�n� R'i�l�ar� Jc�Y�rt��n Dir���r. '�r��po�#at��a a� �'`ttbli� ��'os�;s D�,tarhm�� '�'a�,�a �2ice. Ptrr��ci �1an��er Park c� �ecrea#ion T�e��rtme�� Prep�red it}r "l��t� �itv of �or# V1�orth Park � Y�eereataon �}e�pa��t�en� ���� �Cirr�l��r�Fiorn ar�� Associat�s, �n�. � � ' � ' �r �� F — .�� � . -:t�'-.:<<��f3 � '����C12�}��t �� � ����* � �" ��r ����� _. � � �i ��F�rt�iorth Standard Construction Specifieation D o cuments Adopted September 2011 oa a.o ao STANDART3 CQNSTRUCTI�N SPECIFICATION DOCUMENTS Page l af 8 s�crio�u aa oa o0 TABLE OF CONTENTS Division 00 - General Conditians Last Revised 00 QS 10 Ma or and Councll Communication 07/01/2011 00 QS 15 Addenda 0710 1 /2 0 1 1 00 l 1 13 Tnvitation to Bidders 07/19/2D21 00 21 13 Instructions to Bidders Q8113f2�21 QO 35 13 Conflict of Interest Statemeni Q2/24/2020 Q4 41 00 Bid Forzn 9/3D/2021 OD 42 43 Pro osal �orm LTnit Price 01I2012012 00 43 13 Bid Bond 0911 i/2017 60 43 37 Ve r Ca i nc o t t o e i r / n4�7�r�mi w,-n,-z� nn�� volzn� Jo1Lo��, nn� na ri� rn�T 0 4 ontractor Com iance wt or ers om ensation I,aw 0 11 00 45 40 Business E uit Goal 07/19/2021 00 52 43 A re�ment 69/01/2021 00 61 13 Performance Bond Q7/01/2011 00 61 14 Pa mentBon�l 0710U20ll 0� 61 19 Maintenance Bond 07/011201 l 00 61 25 Certificate of Insurance 07/01/20I 1 00 72 40 General Conditions 08123/2021 00 73 40 Su lementar Conditions 03I09/2�2p Division 01 - Gencral Re uiremenis Last Revised O1 11 00 5umma of Work 12/20/2412 O1 2S DO Substitutian Procedures 07/01l2011 O1 31 19 Preconstruction Meetin 0$/17/2012 p1 31 2p Pro'ect Me�tin s 07/01/2011 01 32 16 Construction Sehedule 08/13/2D21 O1 32 33 Preconstruction Video 47/01120i1 Ql 33 00 Submittals 12/20/2012 01 35 13 S ecial Pro'act Procedures 3/11/2022 01 45 23 Teatin and Ins .ection Services 03/d9/2020 Ol SO 00 Tem or Facilities and Controls Q7/41L20I 1 Ol 55 26 Street Use Permit and Modi�ications to Traffic Contrnl 03/22/2021 O1 S7 13 Storm Water Pollutian Prev�ntion Plan D7/01/2011 O1 58 13 Tem or Pro'ect 5i n e 07/01/2011 Q1 64 �Q 1'roduct Re uirsznents 03/09/2020 O1 66 00 Product Stor e and Handlin Re uirements Q7101 /2011 O 1 70 00 Mobilization and Remobilization 11/22f2416 01 7l 23 Construction Stakin and Surva 02/14/2018 01 74 23 e���,z� o�ro i �Zo i 1 O 1 77 19 Closeout Re uirements 03J22/2021 Q1 78 23 O eration and Maintenance Data 12/20/2012 IIu\ CITY OF COR� WO[tTH Fort Worth Nature Center & Aefuge Boardwalk Phase II STANDARD CONSTRUCTION $PECIFICATIQN DOCUivIENTS City Project No. 102320 ltevised May 19, 2022 ao ao 00 STANDAItD CO?dSTRUCTION 5PECIF�CAT[ON DOCUMENTS Pxgc 2 Qf 8 O1 78 39 Pro'ect Record Documents Q7/01/20l 1 � �� � Technical Speciiications I�sted belo� are included for this Project by reference and can he viewed/darvnloaded from the City's wc6site at: http://fartworthtezas.gov/tpw/contra ctors/ or https:llapps.fo rtrvortl�texa s.�n ,v,IProjectResourcesl Divisian p2 - Existin� Condi4ions 02 41 13 5eleetive Site Demolition nh.+� in ��� �2 41 15 Pa�in Removal Division 03 - Co�acrete Last Revised 03/11/2022 , � »�n r�n.�iz 02/02/2016 Division 05 - Metals OS 50 DO Metal Fabricaiions — NON STANDARD 03/29/2022 DS 73 16 Cable Railin S stem -- NDN STANDARD 0312912a22 03/29/2022 03/29/2022 Division Ob — Woad, Plastics aud Com vsites 0610 63 E�erior Rou h Car ent — NON STANDARD 0615 33 Wood Patia Deckin — NON ST,ANDARD D'evision 47 — Thermal and Moisiuxe Protection U7 b2 4Q Sheet Metal Flashin and Trim — NON STANDARD 0312912Q22 p7 92 OU Ioi�t Sealants -- NON STANDARD p3129/2Q22 Division 26 - Electrical Division 31 - Eart�work 31 00 00 5ite Clearin a3/22/2Q21 31 23 16 Unelassified Excavation Oi/28/2013 31 23 23 Borraw 01/28/2013 31 2� 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control O�1/29/2021 �'� �19es , � f��n,� � t� � 7 t7iz�-sv�i�viz 31 62 29 Drilled Concrete Piers amd S�afts — N�N STANDARD 03/29/2022 CI1'Y OF FdRT WOR'tH Fort Worth Nature Center & Kefuge Boardwalk Phase II STANDARD CQN�TRUCTION SPECIFICATIDN DOCI]MENTS Ciry Pro�ect No. E 02320 Revised May l9, 2022 � 00 on oa �TANDARp CONSTRUCTION SPECIFICATION DOCUMENT5 Page 3 of $ Division 32 � Exteriar Im rovements 32 O l 17 Permanent As halt Pavin Re 'r 12/20/2012 32 O1 18 Tem or As halt Pavin Re air 12l20/2012 32 O1 29 Concrete Pavin Re air 12/20/2012 32 11 23 Flexible Base Caurses 12/20/2012 32 11 29 Lime Treated Base Caurses 12/20I2012 32 11 33 Cement Treated Base Courses 03/1112022 32 11 37 Li uid Treated SnilStabilizer 08/21/2015 32 12 16 As halt Pavin 1212�/20.12 32 12 73 As halt Pavin Crack Sealanis 12/20/2012 32 13 13 Concrete Pavin 03/11/2022 32 13 2D Concrete 5idewalks, Drivewa s and Barrier Free Ram s 12/9/2p21 32 13 73 Concre#e Pavin Joint Sealants 12/20/2012 3�1� ,'t M�� 2 "1a�'� ��'� 32 17 23 Pavement Markin s 1 i/22/2013 3'13 1�-r �� � � m�Trv,nT�ziri a 32 31 I3 Chain Fences and Gates 12/2D/2012 2�� Z�7;,.o�op,�.a��,�aP_�+o� l7M�vtzvi� �7 lxf.....1 G'.,...,.,� .,...� lZ.,r.,,, t � r��z 32 32 13 Cast-in-Place Concrete Retainin Wal1s Ob/05/2018 32 90 10 Irri atian 09/10/2014 32 91 19 To soil Placement and Finishin of Parkwa s 03/11/20�.2 32 9� 13 H dromulchin , Seedin and So.ddin 09/I Of2Q 14 27� nc 11�T 32 93 43 Trees and Shrubs 09/10/2014 32 93 45 Tree Pratection 09/10/2014 Division 33 - IItilities CTTY OF FOItT WORTfi Fort Worth Nature Center & Refage Boardwalk Phase II STAM}ARD CONSTiLUCTIqN 5PECIFICATION DOCUMENTS City Project No. 102320 Revised May l9, 2fl22 OQ 00 DO STANDAEiD COI+TS'1'IiUCTION SPECIP3CATION DOCUIyfENFTS Yage 4 of $ J i �x���� ___'_ T� a � —_— �� � � _ �C� � �� —`--ss� � � � 0 a � � � � � O � � � � �7eZti�i7�� rr:�-� �C�.�� � �-r� 0 • � � � � � � � L � ' i i •� O � � � � � � i � � � 1 � � . � � . • � � �x r.,+e,. c o,...;.,e� i ,.�, +,. �; �t, na�:y;a.,+ ce.,+e,a r�«+e �r�i..e .. a. . r..�� :� nr.,,.e n,..,,,..e+e n�r.,��,,,ia., D«wnnn4lti�..«.n..r.fn i1An...l...lnn �VRS!!�S �� _ ■ ° " ` - �� � � � �. � ; E � � � � � � � �■ � � � � � � � � . � . . � e_ � �. � � e �; � : ! � 1 1 � � � _ � � � � � � 1 i � � 1 . � A �.�.�.�!' G7�I�71Tii� Y 1 �. � k 1 � � . . i i � � �i � � � 1 1 � � � i 1 � � � 1 � � � � � � o � a i i 6 Division 34 - Trans ortation �� n� n�� CITY OF FORT WORTH Fort Worth Nature Genter & Refuge Boardwalk Phase LI STAi�I�ARI3 CpNSTRUCTION SPECLEICATiq3V DOCUMENTS Gity Project No. 1�232Q Revised May 14, 2622 00 00 oa STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS Page 5 of S Appendix GC-4.02 GC-6.06.D Gc-�.a� Geotechnical Report Minority and Women Owned Business Enterprise Compliance Wage Rates END OF SECTION CITY OF FDRT W�RTH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDAAD CONSTRUCTIQI�I SPEGIFICATION DOCUMENTS City Projec# No. 102320 Kevised 1V[ay l4, 2022 M&C Review �'�l7 R����e I j ���r ��u��i� A�E�v�� Create New l�rqr�, '�his M8C DAiE� 6�28�24Z2 REF��EMC� M&C 22- ��G ����: 80FWNC&R BOARDWALK PHASE 1[ NO.: Q473 IMPROVEM�NTS CODE: G TYP�: N�N- PU�LIC NO CONS�NT Di�A�ING: SUBJEC i: (CD 7) Authorize �xecutian of a Contract with The Fain Group Inc., in the Amount of $2,386,402.90, for the F'art Worth Nature Cen�er and Refuge Board�alk Phase II [mpro�ements C'roject .e •u'i= ■�u• It is recommendeci thai the City Council authorize execution of a contract with The �ain Graup Inc., in the amount of $2,3$6,402.1 Q for the FW Nature Center - Boardwafk Phase II Improvements Project (City Project Na. 102320). i �� The purpose af this Mayor and Cauncil Communication (M&C) is to authorize executian of a con�rac� wit� The Fain Group ]nc., in the amount of $2,386,402.1 p for the construction of the Fort Worth Naiure Center & Refuge Boardwalk Phase II p�oj�ct. On October 29, 2019, the City Cauncil appro�ed M&C 19-p2$9, which adopted Resolution 5142-10-2019 aufihorizing �he Park & Recreation D�partment (PARD) to app[y for and accept, if awarded a 2019 Urban Outdoor Recreation Grant from Texas Parks Wildlife Department in fhe amount of $1,500,0OO.OD and ta transferthe required City mafiching fiunds of up to $9,50fl,Qp0.q0. The grant was awarded on January 20, 2022 and pr'o�ides funding for the design and construction of the Fart Warth Nature Center & Refuge Boardwalk Phase 1{ project. On August 3, 2021, City Cauncil approved M&C 21-0542 for� the execution of an Engineering Ser�ices Agreement wifh Kimley-Horn and Associates, Inc, in the amount of $255,200.00 �or engineering and design services of the Fort Worth Na#ure Center & Refuge Boardwalk Phase I1 project (City Seeretary Confiract # 56204). The project was posted on the City Purchasing website on May 11, 2�22, and advertised in the Fort Worth Star-Telegram on May � 1&� S, 2022. The following bids were received on June 2, 2022. Con�ractor Base �id �,I�err�a#e �id ltems Tota[ �id The �a�n Graup fnc. $2,330,9�2.�0 $55,500.�0 $2,386,402.10 Fort Wflrth Ci�il Constructars, LLC $4,161,723.�9 � $70,853.00 $4,232,576.51 The total Phase Il projec� fiunding is as follows: Source Grant uthority � �und &C 19- Grants Capital Project ?69 Federal Fund City Gas M&C Revenue 0269 � 9- ��General Gas Lease Capital Prolects Fund Amoun# $1,�04,000.0� �1,aoo,00a.ao CITY OF FOItT WORTH STAN�AfLD CONSi'RUCTI.QN SPSCIFICATION DOCUHIENTS Fort Worth Nature Center & Refuge Boardwalk Phase II Aevised March 11, 2622 City Praject Na. 102320 M&C Review �rnr �ourv��� �►��r��� �r��.r�'�c���r�� .��� . Create New Fro�n This M&G D.�7E: 6�28�2p22 �EFEREAlGE M&G 22- LOC N�►i�iE: $���C&R B4ARDWALK PHASE II i�0.: 4473 IMPROVEMEN7S CODE: G �Yp�; �ON- PU�LIC N� CONSENT HE�,�ING: SUBJ�C'�: {CD 7) Autharize Execution of a Contract with The Fain Group Inc., in the Amounf of $2,386,402.10, for the Fort Worth Nature Centee and Refuge Boardwalk Phase II �mprovernents Praj�ct � � ��� �� R�COiVli�ilEfVDA�ION: It is recommended that the City Caunci] au#horize execution of a con#ract with Th� Fain Group ]nc., in the amount af $2,386,4Q2.1 Q for the FW Nature Center - Baardwalk Phase 11 Improvements I'roject (City F'roject No. 102320). DISCUS510N: The purpose of this Mayor and Council Communication (M&G) is to authorize execution of a cantract with The Fain Group lnc., in the amount o� $2,386,402.10 for the construction of the Fort Worth Nafure Center & Refuge Boardwalk Phase ll project. �n Ocfiober 29, 2419, the City Council approved M&C 19-0269, which �dopted Resolution 5942-10�2�19 authorizing the Park & Recreation Qepartment (PARD) to apply for and accept, if awar�ed a 2019 Urban Outdoor R�creation Grant from Texas Parks Wildlife Department in the amount of $1,500,000.00 and �o transfer the required City mafching funds ofi up ta $1,500,OOO,D�. The grant was awa�ded on January 2Q, 2022 and �ro�ides funding for the design and canstrucfiion of the Fvrt Worth Nature Center & Refuge Baardwalk Phase I! project. On August 3, 2D2'I, City Council appro�ed M&C 21-0542 for th� �xecution of an Engin��ring Services Agreement with Kimley-Horn and Assaciates, Inc. in the amount of $255,200.00 for engin�ering and design services af the Fork Worth Nature Center & Refuge Boardwalk Phase il project (City � , Secretary Contract # 562a0). The project was pasted on the City Purchasing website on May 91, 2022, and acfvertised in the Fort Worth Star�Telegram on May 11 & 18, 202�. The following bids were receiwed on .�une 2, 2022. Contractor �ase �id �4lternate �id I�ems iotal �id The Fa�n Group Inc. $2,330,902.1 a $55,�aa.aa $2,38�,402.10 Fort Warth Ci�il Cons#ructors, LLC $4,��1,723.5� $7Q,853.00 $4,232,576.51 The total Phase [I praject funding is as follows: Source Frund �mount TPWD Grant M&C 19- IGrants Capital Project I�� ,500,aao. 0269 Fede�al Fund City Gas M&C 19� General Gas Lease Capital �� �a0Q,Q00. Revenue 0269 Projects Fund CITY OF FdRT WORTH STAI�SDAItI] CONSTRUCTION SP�CiFICATION DOCUM�IVT5 Fort Worth Nature Center & Refuge Boardwalk Phase I] Revised March 11, 2022 City Projectl�o. 1Q2320 M&C Re�iew FWNCR Gate M&C 19- Speeial Donafions Capital Fees 0269 Projects Fund PARD FY201 f'AYG FONC ❑onation FY2019 Gene�al Capifal Projects CIP Fund &C 21- Specia! Donatians Gapital i42 Proiects Fund ota[ Phase II �urtding $100,00O.O�J $100,000. $300,Q40.00 $3,OUO,OOD.00 Base Bid impravements inc[ude: demolition of remnants of the ald boardwalk, dewatering, construction of: the new boardwalk, pedestrian loop trail, parking lot expansion, and a retaining wall. Alternate Bid items include: Kiosk and signage Construction of this project is anticipated to begin in August 2�22 and be campleted in February 2023. The Fort Worth Nature Center & Refuge Boardwalk Phase II projeci is estimated to incresse the department's annual mair�ter�ance by $5,000.00 beginning in Fiscal Year (FY) 2023. As of May 31, 2022, fhe cumulative total of all pre�iously approved M&C's increased the departments estimated annuai maintenance by $418,33i ,00 beginning in FY 2023. Compliance w[th the City's Business Equity Ordinance has been achie�ed by #he following m�thod: The Fain Group, Inc. is in compliance with t�e City's Business �quity Ordinance by committing to �41% Business �quity parkicipation and documenfing good fa�th effort. The �ain Group, Inc, identified se�eral subcantracting artd suppli�r oppor�unities. Howe�er, the firms contacted in the areas identifiied did not respand or did not submit the lawest bids. The City'S Busllless �qUity goal foC thls p�ojeet Is 1$1°/o. The FWNC&R Boardwalk Phase Il project is located in COUNCIL DISTRICT 7. F'l5CAL INFOR�1l�ATIONICERTIFICATIORI: The Directar of Fir�ance certifies tf�at funds are a�ailabie in #he General Capital Projects, General Gas Leas� Capital Prj, Special Donations Cap Projects, and the Grants Cap Projects Federa� Funds for the �W Nature Center - Boardwalk project ta support the approval of the above recommendation and execution of the contract. The Park & Recreaiion Departm�nt and (Financial Management Setvices} will be respansible for the callection and deposit of funds due to the City. Prior fo an expenditure being incurr�d, the Park & Recreation De�artment has the responsibifity to validate the a�ailability of funds. This is a reimbursement grant. 1�` F'und Department Accaunt Project program Activity Budget Refer�nc� # Amount fA ID 1(ear (Chartf�ld 2) S��bmitted for City Mana�er's Office t�� • . . �-..r��-� .. Additional Information Contact: Valerie Washingtar� (6192) Richard Za�ala {57a4) Joel McElhany {5745) CI'CY DF FORT WORTH STRNDARD CONSTRUCTION SPECIF[CATION DOCUM�N"i5 Fort �VortU Nakure Center & Refuge Doardwnik Phase II Re�ised March i l, 2Q�2 City. Project No. ] 02320 M&C Review � � .it � 1�232�eFWNC 8oardwalk Phase, II Com�_mem�� BD822 NW{1).pdf (CFWlnternal} 10232� FWNC BoarwalkqM&CF,FIbqTABLE (�� X,l,��( (CFW Internal) 1295 Form FWNC&R Boardwalk.pdf (CFW fnternal) 80FWNC&R BOARDWALK PHASE II IMPROV,EMF�T,$�unds_availability_pdf (GFW In#ernal} FW Nature CenterAnd Refuge Baardwalk Phase II Bi� Bid Tabulatiorr.�f (CFW Internaf) Locetion Ma�df (Public) Sam R�por# FWNC&R Baardwalk.}�df (CFW Internal) CITI� OF FORT WOKTH Fart Worth Nature CenYer & Refuge Boardwalk Phase [I STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS City PrajeetNo. 102320 Revised March 11, 2022 000515-1 ADDENDA#! Page I of 5 SECTION 00 0515 ADDEI�TDA ADD�NDUM #� Fort Worth Nature C�nter & Refuge Baardwalk Phase !1 May ? 9, 2022 TO ALL BIDDERS: Please attach to yaur specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify ex�lain or correct the original drawing� andlor project manual. G�N��� The fallawing is a summary of general items noted and qu�stions by contractors r�ia �mail. Re�isions to fhe plans and specifications have been nated and �ncluded in �his addend�m. 1) N�'��: Refer to attached Pre-Bid Meeting Notes for Questions and Responses discussed a# the Pre-Bid Meeting held on May 17, 2022. 2) QU�SiIOPd: What are the requirements for the subgrade preparation? R�SPONS�: Pa�em�nt Subgrade Preparation is subsidiary to the paving items and should be provided per the geotechnical repart. • Light Duty: 5" Concrete wl S" Compacted 5ubgrade • Heavy Duty: 6° Concrete wl 6" Crushed Concrete Base ar i" Concrete wl 8" Compac#ed Subgrade. 3) QU�SiI�N: Will dewatering be required following releas�s from the upstream dam? R�SP�NS�: The upstream dam is operafed by fihe Tarrant Regional Water Distric#, and any water released through the dam wi�l impact the work area. Dewater'rng wil! need to be addressed and maintained �or the duration af the boardwalk constructian, anci will require additional dewa#ering whe� wat�r is refeased upstream. 4} QU�S 1 IOPd: Will Pre-Qualification be requir�d for Raadway and Pedestrian Lighting and WaterlSanitary Sewer'? R�S�O�IS�: Pre-Qualification for th�se ifiems will nat �e required. Reference revised Spacifiication 00 21 13 (Instruciior�s to Bidders). 5) QII�STION: Will electrical remavais and conr�ections �e requ�red as nated on the Demolition Plans? R�S�ANS�: Electrica! removals and connections will not be required far this project. CITY OF FOKT WOIZTH Fort Vs�orth t*]ature Center & Refuge 13�nardwalk Phase II STANDARD CONSTRUCTION SPECTFTCATION DOCUM�NTS City Project No. 1 D2320 Revised July I, 2� L 1 COi�SiRUCilO�! ��+�liPdGS REFER TO COVER SH�ET (1 of 68): Cov�r Sheei Replace with signed cover sheef. REFER TO ARCHITECTURAL SHEETS (53 of 68 thraugh 57 of fi8): Baardwalk Plans Boardwalk Architectural plans added fo plan sef. REF�R TO STRUCTURAL SHEETS (�8 of 68 through 68 of 68): Boardwafk Plans Boardwalk 5tructura! plans added fo plan set. P�OJ�CT i�i��dU,�L REF�R TO: 00 21 13 — Instructions to Bidders lncfude specifieation section. Removed the Pre-QuaJification Requirements for Roadway and Pedestrian Lighfing and Water/Saniiary Sewer. REF'ER TO: 00 �41 OQ — Bid Form aoos �s-a ADDENDA#1 Page 2 of 5 Replace Bid Farm. R�vised bid form to show fhe correcf contract time of 240 cafendar days. The bid proposal workbook has also bee�a provided in drgita! (.xls) �ormaf for use by fhe bidder's. END OF ADDENDUM #9 Bid Opening Date: June 2, 2022 Acknowledge the reeeipt of this Addendum on your Proposal. r� �,� 5119122 g�. /� Tonda Rice, Project Manager R�I�asa Date: May 19, 2022 CITY OF FQRT WORTH Fort Worth Naiure Center & Refuge Boardwxlk Phase II STANDARD CONSTRUCTION SPECIFICATIqN BOCUIvIENTS City i'raject Nn. 10232� Revisad July l, �O1 l 0005 [5-3 ADDENDA �f 1 Paga 3 of 5 I���I������--I��� L�or# V�l�rth �l��ure �enter � �efuge ��ard►��Ik Pha�e I1 � City �Pojec� No. 102320 P����I� M��TIN� id� i �S Date and Time of Meeting: May 17, 2022 2:00 PM Location; City of Fort Worth Park & Recreation Depariment 4200 S. Freeway, Suite 2200 Fort Worth, TX 761 9 5-9 499 Conferenc� Room 1 Attendees: Reference Sign-]n Sh��t Meeting Not�es 1. 2. 3 4 �. 6. 7. E� Cjty of Fort Worth Pr�-Bid Conference Agenda - CommentslQuesiions Scope of Work Re�iew�ct a. Base Bid/ Alternate Bid Discussion b. Fort Worth Nature Center & Refuge Boardwalk Phase !I i. Reviewed all Base Bid Iterns ii. Re�iewed afl Alternate Bid ltems Construction 5chedule Verified a, 7wo-Hundred and Forty (2�40) Calendar Days from Notice to Procead b, Esiimated Notice to proceed pata -- July 2022 (Pending Mayor & Council Appro�al) c. Contractar shall pro�ic�e pfoposed schedule priar to siart of construction d. Preference to compl�te the baardwalk and parking lot improvements �rior to �'ebTuary 2D23. Addenda ltems; a. Signed Caver 5h�et {ReWised) -- �ssued by Addendum #1 (Pending) b. B.oardwa[k Plans (Structural and Architectura[) — lssued by Addencfum #1 (Pending) c. Pre-Bid Meeting NoteslSign-In — Issued by Addendum #1 (Pending) Current Requests for Review of "Equals" Manufacturers andlor Coniracto� Questions (as of 519 7122) a. NIA Deadline for the receipt of al{ questions is 3:00 PM on Tuesday, May 31, 2022 69ds pue Thursday, June 2nd by �:30 PM, and bids will be opened publicly and read aloud ak 2:00 PM CST in #he Council Chambers. Bid will be reviewed and e�aluated by Kimley-Horn and the City of Fort Worth . CI'I'Y UH' r'Uli1' VJUR'I'M S'1'A]�DARD CONSTRGCTION SPECIFICATIQN D.pCUME�+1T$ Kevised ]uly 1, 2011 "rorx w Bpardwalk Phase Il ProjectNo. T02320 000515-4 ADDEAfBA #1 Page 4 0£5 Kl�l��r ��� ���� Page 2 Contractor CommentslQuestions a. Pavement Subgrade Preparatian is subsidiary to the paving items and shou{d �e pro�ided per the geotechnical report. i. Ligi�t Duty: 5" Cancrete wl 8" Compacted 5ubgrade ii. Hea�}I Duty: 6" Concrete w16" Crushed Concrete Base or 7" Concrete w/ S" Compacted Subgrade, b, Water released fram the upstream darn will impact the work area. Dewatering will need ta be addressed and maintained for the duration of the boardwalic canstruction, and will require addi#ionai dewatering when wafier is released upstream. c. The Instructions fo Bidders notes Prequalification Requirements for Roadway and Pedestrian Lighting and WaterlSanitary Sewer. These requirements will be remo.ved in Addendum #1. d. 7he Demalition Plans note "All electrical removals and connections to be at the direction af the City." There will be no efectrical removals or cannections required for this project. _ ; � i - ��. . CETY OF FORT WORTH Fort Worth Nature Center &. �PFuge Bo�,dwalk Phase II STAN.DARD CONSTR[JCTION SFECIFICATION DOCUMENTS City PrajectNo. ]02320 Revised July l, 201 l A..-^`"".-�' DOb515-S ADDENDA fkl Page s aF 5 PRDJECT NAME PF3� �I� �ll��ilP1t� Tu�sday, May 171h, 2022 at 2:00 A.M. @ La Gran PI2za 2400 SautY� Freeway Suite 22QQ Bids due at Fart Warth City Hali at 1:3U P.M. Tht�rsday, June 2"d 2022 Construstion Estimaked Base Bid: $S,4UO,DOO.ap Prajeot Manager: 1�ame Comp Name Addr�ss � phone E-Mai! 1 � i. Tpl'l�p� �fiic.�e. �l..J `���j _ F'�y TbfK�i._�r� � FcYf,vJa'�"► �..� '� � 2. r��� �,�� ��i�C ����3 � �"I-�Z..7 �3�� �"�E�-�-`e..���1 �P•c�`� ��`� j�A7.s,t� 4 C�w Dn�?=��,ra} '�l,y( � i 4�`�y {�'�,� �.a � �' r-^� �, �a� . 3. ��� i3§� 1 �Q� 1 ��� �Yi� F � �` 1= � � ��`��� ����(�1 +:.;� i �1 [- �� ��""'� I ��:G�.Y1: �i ��-�,. � Z. Ct�����'��%�('��•'� .t_� . y � ` � i � � 4. `�G� ��'�Gv�i � � .} rt_ R�±.�.x�,+�l�. !¢%}`�'V.fCItisL� �16L1 f-.�� � � �'—��—��t���L�'..�t"i�a �fl'b76f4lrr��,���'`��'� ,�^ � �.X�ta�,%i � Z � � 5. r� � ;���.-'jj� ��t�"�`` �`"�";C��'_ � �' 1��, f ��' /�3� � f � .. � .�.� ' 7���t� a^G��� rfi.c`��.n.�i..�.r�'ils �� I� �. 4�' •"�'�'s�s-�� 6. � 1`� iv �..5�1.��Y�•j,Si` 1+c�1� � �,p�`�- ��i( �b� � -�{�.`��' � „ + E � • ��i������� � �ti���C��W �����`� ��,;,� �J �:,�;�YFGx�i , �L,� �I�fi� •- ��..�'�:_ 7. � ��,�,u�;- :�. �,1;� -�� il ���-�,Y� �"� �iY��.�;�'i~ �sl r��;;- �., "` �� �� ��� ����.�t�,���'��1�.�.����,m. s. �':��.� �- ��' � ��l ��'��1 �•�1-1 � �i�� ' � -�� �,� �.'-If' ���✓'��� (�;t.�.�-�v�:�:�i-�;�`�,-�n.""Cd. g'7 i��•'ii�1�'�. � 9. 10. 71. CITY OF FORT WPRTH STANDARD CON5TRUCTION�SPECIP�ICATION OOCUI�AENTS Revised 7uly k, 20l I ' � 1 � '� � ��'' �� Pori Worth TFafvre Center & Refuge Boardwelk Phase II Ciry Project No. I02320 000515-1 AD3�ENDA #2 Page l of2 ADDENDUM #2 Fart Worfh Nature Center & Refuge Soardwalk Phase !! May 31, 2022 TO ALL BI�DERS: Please attach to your specificatians. This addendum is hereby made a part of the Contract Documents and is issued t� modify exp[ain or correct the origir�al drawings andlor project manuaL ��N��L The following is a summary of general items noted and questions by contractors via email. Revisians to the plans a�d specificatior�s have been noted and included in this addendum. 1} PdOT�: The existing gra�ef path and new gra�el path will both receive the stabilizerlbind�r. Ti�e existing graveN material will be remo�ed to 3" deptf�, mixed with stabilizer binder and replaced and campacted. The gravel material for the pr�posed gra�el trail will be mixed with stabifizer binder, then placed and compacted. ihe stabilizerlbinder for this maferial will he S#ay Lack Concenfirate or equal. R�ference revEsed 5i#e Detail sheet 36 of 68. 2) NO ��: Bid Form excel file uploaded to BfM36Q 3} QU�SiION: Accordir�g to the plans it shows all the piers ta be 1 S" however, on some of fhe notes it calls for same af them to be 24". Please refer to sheets 52.2- S2.3 ��SPDidS�: Afl piers will b� 18" diame�er as labeled an the plans. 4} QU�SiION: Can you please provide clarificaiian on bid items #2D? �t��PONS�: Bid lt�m #20 Rip Rap is for the gravel bed around the nnrtn and west perimeter of #he parking lot, as shown on the Site Layoui Plan L.-4.p (sheet 19 af �8). 5) (�IJ�STlO�I: Question in regard to the elevations of the baardwalk. On sheet �3, at the vi�wi�g platfvrm {02IA5.D) it says the FF is 595.10 and on sheet 5�4, it says the FF is 598.10. I'm assuming the FF is 598.� 0, but would like some clarification R�S��NS�: The elevation ofi tf�e boardwalk ►+vifi be revised to ma#ch the ele�ation of the existing �u#laok and meet the shoreline elevatian as indicated or� the Grading Plan L-5.0 {sheet 28 af 68}. The connection from the existing autloak to new viewing platform will be the standard boardwa{k detail on 051A7.d (sh�e# 57 of 68) and detail 2 S2.2 {sheet 63 of fi8) in �lace of fhe ramp. CITY �F FORT WOATH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDAKD CONSTRUCTION SPEC[FICATION DOCUMENTS Ciry ProjectNo. ]02320 Ravisad luly 1, 2011 6) Ql��5TIOP�: Should ti�e r�stroom foundation shauld be stained a�d stampe�? R�SP�NS�: Yes, the restraam building foundation shauld be stained and stamped in aecordance with the Sidewalk Detail found an page L-6.7 City ❑etails (shee# 43 of 68}. 7) QU�SilO�l: Does the height of the cofferdam have to be a minimum of 6'? ��S�OPdS�: The cofferdam height can be adjusted to a minimum of 5'. Note was revised on sheei �-2.1 Erosion Control & Tree Protecfion (sheef S of 68). GO�l�T�UCiI�N ��1NINC�S REFER TO EROSION CONTROL SHEET (8 of 58): Erosior� Control Sheets Revised to a min. 5' HT cofferdam. REFER TO 51TE DETAiLS SHEET (36 of 68): Site Details Revrsed Details 1, 2, & 4 regarding fhe d�pth of the maferia! vvith arganic stabilizer binder. k�R�J�C�' Ni�NUA� REFER TO: OD �41 OQ — Bid Form Exce! version avarlable an B1M360. END OF ADD�NDUM #2 Bid Opening Date: June 2, 2022 Acknowledge the receipt of this Addend�m on your Propasal. %�rtc�- � 5.31122 � Tonda Ric�, Projec# Manager Release Date: May 31, 2022 00OS15-2 ADDENDA#2 Paga 2 of2 C1TY OF PORT WORTH Fort Worth Nature Center & Refuge Bpardwalk Phase II STANDARD CONSTRUCTION SPECIFICA'fiqN DOCUMEN'I'S City ProjeciNo. 1Q2326 Revised July 1, 201 i 00 ll l3 13YVITATION TO BII3DER5 Page I nf 2 SECTX4N 0011 13 1NVITATIQN TO BIDDERS RECEIPT O� BIDS Sealed hids for the canstruction af Fort i7Vorth Nature Center & Refuge Boarc�walk Phase TI ("Project") will be received by the City nf Fort Worth Purchasing Off ce until 1:30 P.M. C�T, THURSDAY, JUNE �, �OZ� as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort W.orth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address abave; Bids will be apened puhlicly and read aloud at �.:00 PM CST in the City Cnuncil Chambers. GENERAL DESCRIPTION OF WORK The rnajor work wi11 consist of the (approximate) foIlawing: The complete replacement of existing parking iat with new concrete parking jot, removal of the existing boardwalk reznnants and replaaennent with expanded Phase II boardwalk with connection to the previausly canstructed boardwalk, signage, and �oaped natuz'e trail. QUALIFICATIQN Certain improvements inclucied in this project must be parformed by a contractor or designated subcontractor who is qualified by the City at the ti�ne of bid opening. The pracedures for qualification are ouilined in the 5ection 3 of 00 21 13 —1NSTRUCTIONS TO BIDDERS. D�CT711'IENT EXAM�NATION AND PROCUREMENTS The Bidding a.nd Contract Dacuments may be examined or obfained on-line by visifiing the City of Fort Worth's Purchasing Division website at htt ://www.�ortwarthteYas. avl ��rchasin / and clicking on the link to the advertised project folders on the City's electronic document management and collaboratlnn system site. The Con�ract Do.cuments rnay be downloaded, vie�ved, and printed by interested contractors and/or suppliers. EXPRESSION OF INTERSEST To ensure potential bidd�rs are kep# up io date of any new information pertznent ta this project, all interested parties are requested to email Express'tons qf Interest in this procurement to the City Praject Manager and the Design Engineer. `I'he email should incSude the company's name, contact gerson and that individual's emaii address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the p.rocurement and will also be posted isi the City of Fort Worth's purchasing website at http://fortworthtexas.govfpurchasing/ CIT'1' QF FOR'I' WQRT'H Forf Worth Nature Center 8c Refuge Boardwalk Phase II STANDARI7 CON5TRl7CTiON SPECIFICAT101V DOCUM6NT City Project No. 102320 Revised 7/19/2021 OO l l l3 INVITATION TD BIDDERS Page 2 vf 2 PREBID CONFERENCE — Web Conferencc A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDD�RS at the follawing date, and time via a we� canfere�eing app�ication: DATE: TUESDAY, MAY 17, 20�� T�ME: 2:04 PM Invitations with links to the web conferencing application wiII be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers pravided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is nat being held, praspectiv� bidders can e-mail questians or coi�nments in aceardance with Section 6 of the Instructions to Bidders ref�renced above to the project manager(s) at the e-mail addresses listed below. Emailed ques.tiqns will su�ce as `�questions in writing." If necessary, Addenda will be issued pursuani io the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to aceept ar reject any or all bids, AWARD City will award a contract to the Bidder presenting the ]owest price, qualifications and competencies considered. FUND7NG Any Contract awarded under this INVITATION TO BIDDERS is expected to be funcied from revenues generated from user fees and bonds dedicated by resolution ofthe City of Fort Worth Park and Recreation, and grant funding frorn the Texas Parks & Wildlife Department and reser�ed by the City for the Praject. 7NQiJIRTES All inquiries relative to this proeurement should b� addressed to the following: Attn: Tonda Rice City of Fart Worth Email: tonda.rice@fo.rtworthtexas.gov Phone: S 17-392-5759 AND/OR Attn: John Fielder, Kimiey-Horn and Assaeiates, Inc. Email: john.felder@kimley-horn.com Phoraa: $17-339-2277 ADV�RTIS�IVIENT DATES TI I[JRSDAY, MAY 11, 2022 THLIRSDAY, MAY 18, 2022 END OF �SECTI�N CFTY OF FORT WOKTH Fort Worth Nature Center & Re£uge $oardwalk Fhase II STANDARD CONSTRU�T[ON SPECII'ICATION flOCUMENT City Project No. ] 02320 Revised 7/19/�.02L 00 21 13 INSTRUC'P10N5 TO F3IADERS Page 1 of l� SECTION QO �1 13 INSTRUCTIONS TO BIDDERS L Defined Terms l.1. Capitalized t�rms used in these INSTRUCTIONS T4 BIDDERS are defined in Section 00 72 00 - GENERAI, CONDITIONS. 1.Z. Certain additional tertns used in these INSTRUCTIONS TO BIDDERS havE the rn.eanings indicated below whiefi are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, �rrn, partnership, eampany, association, ar eqrporation acting directly through a duly authorized represen�ative, submitting a bid for performing the uvork contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnersi�ip, company, association, flr corporatior� aeting directly through a duly authorized representative, submitting a bid for perfonming the work contemplated under tha Contract Documents whose principai place of business is not in the Stata of Texas. 1.23. Succ�ssful �3idder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluatian as hereinaftar provided) makes an award. 2. Copfes of Bidding Dacuments 2.1.Neither City nor Engineer shall assume any responsibility for errars ar misinterpretations resulting from the Bidders use of incomplete sets of Bidding Dacuments. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of ohtaanzng Bids for #he Work and do not authorize or confer a license or grat�t for any other use. 3. Prequalification of Bidders (Prirne Co�atractors and Subcontractors) 3.1.Bidders ar their designated subcontraetars are required to be preyualif'ied for t1��; work types requiring prequalification as �er Sections 00 45 11 BIDDEAS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeicing pre-qualification, must subr�tit the documentation iden�ified in S�ction 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at feast seven (7) calendar �ays prior to Sid opening for review and, if qualified, acce}�tan�e. T�►e subcantractors listed hy a Bidder on 00 45 12 must be prequalifiad for the appropriate work types. Subcontractors ztaust fallow the satne timelines as Bidders for obtaining prequalifcatinn review. Bidders or Subcontractors who are nat prequalified at the time bids are opened and reviewed may cause the bid to be z�jected. Prequalification requirement work Types anci documentation are available by accessing al� requir�d �les tnrough the City's website at: https:l/apps.fot�t�vorthtexas.go�IFroj eciResourcesl CITY OF FORT WORTH Fort Worth Nature Center & liefu.ge Boardwalk Phase II ST:4NDAR� CO1�fS'1'1tUCTION SPECiE�CATION DOCUMENT Ctty ProjectNo. 1U2320 iZevised/Updated November 2, 2021 0o zi ia IN$TRIJCTIOIVS TO BIDDERS 3.1,1, Paving -- Requirements document loeated a�: I�age 2 oF I O https :/fapps. fo rtworthtexas. gov/Pro j eetResourees/ResourcesP/02%2Q- %20Constructi o��%20D ocuine f1�s/C ontractor%20Prequalifi catian/TP W%20Pauing, %o20C ontractor%2QPreq uaI �f cation%20 Pro �rair�lPREO UALIFI CATIQN°fo2 OREO UIREMENTS%20FOR°fo20PAVING°/u2QCONT:IZACTORS.pdf 3.2. Each B idder, unless currentIy pr�qualified, must submit to City at lesst seven (7} caIendar days prior to Bid openang, the documentatian identified in Section QO 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalifieation should be addressed to the City contact as provided in Paragraph 6.1. 3.3. TMe City reserves the right to require any pre-qualif ed co.ntractar who is the apparent low bidder for a project to submit such addition�.l information as the City, in its sole diseretion may require, including but not limited to manpower and equipment records, infarmatinn about key personnel to be assigned ta th� project, and construction schedule to assist th� City in evaluating and assessing the abili#y of the apparent law bidder to deliver a quality product and suecessfully complete projects for the arr►ount bid within the stipulated time frame. Sased upon the City's assessment af the suf�mi�ed information, a recommendation r�garciing the award of a contract will be made to the City Council. Failure to submit the addidonal in%rmation, if reques#ed, may be grounds for rejecting the apparer►t low bidder as non-responsive. Affected contractors will be notified in writing of a recammendatian to the City Council. 3.4. ln addition to prequalification, adc{itional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: Contractor shall k�ave similar boardwalk and nature preserve praject experience. Contractors shall pravide list of at least three {3) similar projects in the past ten (10) �ears, 4, Exarnination of Bidding and Cantract Docuraents, Other Related Data, and Site 4. i. Before submitting a Bid, eack� Bidder: 4.1.1. Shall examine and careful�y study the Contract Documents and ofller relat�d data identifiied in the Bidding Documents (including "technical data" referred ta in Paragraph 4.2. below). No information given by City or any representa#ive of the City other than that contained in the Contract Documents and officialiy promulgated add�r�da ihereto, shall be binding upon the City. 4. ].2. Should visit the site to b�came familiar with and satisfy Bidder as to the general, locai and site conditions that may affect cost, progress, performance or furnishing of the Work. CITY pF FORT WORTH Fort Worth Nafure Center & Refuge Boardwalk Pliase II 5TA�TDARD COAISTRUCTTON SPECIFICATIQN DOCUMENT City PrvjectNo. 102320 RevisadlUpdated November2, 2021 DO 21 13 1NSTRUCTIONS TO SIDDEILS Paga3af10 4.13. Shall cansider federal, state and local Laws anci Regulations that may affect cost, pragress, performance or furnishing of the Work. 4.1.4. Is advised that, City, in aceardance with Title VI af the Civil Rights Act of ] 964, 78 Stat. 252, 42 LT.S.C. 2000d to ZO�Od-4 and Title 49; Code of Federal Regulations, Department of Transportaiion, Sub�itle A, Office oith� Secretary, Part 21, Nondiscrimination in Federally�assi5ted pragrams ofthe Department of Transportation issued pursuant ta such Act, hereby noti�es ail bidders that it will affirmatively insure ihat in any cantract entered into pursuant to this advertisement, minority business enterprises wilI be afforded full opportunity to submit bids in response to this invitatian and will not be discriminated against on the grounds of race, colar, ar national origin in consideration of awax'd. 4.1.5. Shall study all: {i) reports of expjorations and tests of subsurface conditions at or contiguous to ihe 5ite and all drawings of physical conditions relating to existing surface or subsurface structures at the 5iie (except LTnderground Facilities} that ha�e been identified in the Contract Documents as containing reliable "tec�nical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the 5ite that have b�en identified in the Contract Documents as containing reliahle "technzcal data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute ail of the informationw3�ich the CiLy will furnish. Ali additional in�armation and data which tha City will supply a�t�r promulgation of the forrnal Contract Documents shali be issued in the form oiw�'itten addenda and shalI become part ofthe Contract Documerrts just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officiaily promulgated addenda #hereto, shall be binding upon the City, 4.1.7. 5hould perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a connplete knowledge of the cnndiYions which will be encountered during the construction ofthe project. Far projects v�ith restricted access, upon request, City may provide each Sidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary fnr submission of a Sid. Bidder must fill all holes and clean up and restore the site to its former candiiions upon completion of stich e�plprations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Wark and all attending circutr�stances affecting the cosi oi doing the Work, time requirad far its completion, and ohtain all infortnation required io rnake a proposal. Bidders shall rely exclusively and solaly upon their awn estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete informatian upon which the proposal is to be based. It is understood that the submission af a proposal or bid is prima-facie evidence that the Bidder has rnade the investigatians, examinations and tests herein tequired. CI1'X OF FORT WO1Z'I'H Fort Worth Nafure Center & Refuge Eaardwalk Phase II STANDAItD CONSi"RUCTIDN SPSCIFICATipN DOCUMENT City Project No. 102320 Revised/[ipdate.d November 2, 2021 00 21 13 1N5TRIICTIQidS TO BIDDERS Page 4 of ] 0 1.9. ShaI! pramptly notify City of aII conflicts, errors, ambiguities or discrepanctes iri or between the Contract Documents and such other related d�cuments, The Contractar shall not take advantage of any gross error or omissian in the Contra�t Documents, and the City sha11 be permitted to make such corrections or interpretations as may be deerned necessary for fulfillment of the intent af tha Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. thase reports of explorations and tests of subsurface cond[tions at ai• contiguous to the site which have been utilized by City in preparation of the Contract Documents. TY�e logs oi Soil Borings, if any, on #he plans are for genexal information only. Neither the City naz the �ngineer guarantee that the data shown is representative of canditions wkucla actually exist. 4.2.2. those drawings c�f physical conditions in or relating to existing surface and su6surface structures (except Underground �'aciliti�s) which are at or contiguous to the site that have been utilized by City in preparation of th� Contz-act Dac�ments. 4.2.3. copies of such reports and drawings wlll be made availabie by City to any Bidder an reques#. Those reports and drawings may not be part of the Contract Documents, b�zt the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02, of #he Genera] Cond'atinns has been identified and established in Paragraph SC �.02 of the Supplementaty Conditions. Bidder is responsible for any interpretation or concl«sion drawn from any "technical data" or any other data, interpr�tations, oginions or information. 4.2.4.�tandard insurance requirements, aoverages and limits. �3. The submissian of a Bid wilI constitute an incantrovertible representati.on by Bidder: (i) that Bidder nas compli�d with every reqt�irement of this Paragraph 4, (ii) that without exception the Bid is premised uppn pez-f'ormin� and furriishing the Work required by the Contract Documents and applying th� specific m�ans, methods, techniques, sequences or procedures of construction (if any) that may be shown ar indicated or expressly required by ihe Contract Documents, (iii) that Bidder has given City written notice of a11 canflicts, errors, ambiguities and discrepancies in the Contract Documents and the written rasolutions Yhereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved throu�h the interpretations by City as described in Paragraph 6,, and (iv) that t�� Coniract Docu�r►ents are generally sufFicient to indicata and convey understanding of all terms and conditions far performing and furnishing the Wor%. 4,4. The provzsians of this Paragraph 4, inclusive, da not apply ta Asbestos, Polychlorinated biphenyIs (PCBs), �'etraleum, Hazardous Waste or Radiaactive Material eaverad by Paragraph 4.Q6, of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for �Voriz, Etc. CITY OF FORT WORTH Fort Worth Nature Center & ReFuge Boardwallt Phase fI STANDARD CONSTRiICTIpN SPECIFICATION DOCUMENT Cily Project N.o. 1.02320 Revised/iTpdated Nuvember 2, 202I oo2i i� iNSTRiiCTIONS Td BIDDEILS Page 5 of 10 5.1. The lands upqn which the Work is to be performed, rights-of-way and easexnents for access thereto and oti�ar lands designated for use by Cantractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid far by Contractor. Easements for permanent s�'uctures ar permanent changes in e�isting facilities are to be abtained and paid for by City unless otherwise provided in the Contract Do.eutnents. 5.2. Outstanding right-of-way, easemen.ts, and/or permits to be acqui:red by the City are listed in Paragraph SC �#.O1 of the Supplamentary Conditions. In the event the necessajy right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of cc�ntract at any time before the Bidder be.gins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without aI1 executed right-of way, easements, and/ar permits, and shall submit a schedule to the Ciiy of how construction wiI1 proceed in the other areas of the projeet that do not reguir� permits andlor easements. 6. Interpretafio�s and Addenda 6.1. A11 questions about the meaning ar intent of the Bidding Dacuttaents are to be directed ta City in writing on or be%re 2 p.m., the Monday prior to the �id opening. Questions received after this day may nat be responded to. Interpretatians or cIarifications considered necessary by City in response to such ques�ions will be issued by Addencia delivered to all parties racorded by City as having received the Bidding Documents. Only questions answered by formai written Addenda will 6.e binding. Oral and othe r interpretations or clarifications will he without lagal efFect. Address questions to; Cify of Fort �orth 200 Texas 5treet Fort Warth, TX 761b2 Attn: Tonda Rice, Park and Recreation Department Eznail: tondarice@fortworthtexas.gov Phone: 817-392-5759 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisabl� by City. 6.3. Addenda or clariiications may be posted via the City's electronic document management and collaboration system at http://www.fortworthtexas.�purchasin� CITY OF FORT WOR1`F[ Fort Warth Nature Center & Refuge Boardwalk Phase I� STANBARD CbN5T1ZUCTION SPECIFECATION DOCUNE�NT City Project No. 102320 RevisedNpdated November 2, 2021 0021 L3 INSTRiICTiOA'S TD HIDDERS Page 6 af 10 6.4. A prebid confierence may be held at the time �nd place indicated in the Advertisemant ar INVITATION TO BTDDERS. Representatives of City will be pcesent to discuss the Project. Bidders are encauraged �n attend and participate in the conference. City vti+ilI transmit to all prospeetive Bidders of record such Addenda as City considers necessary in response to questians arising at Yhe confer�nce. Oral statements may not be relied upon and will nat be binding. or legally effective, 7. Bid Seeuriiy 7.2 . Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five {5) percent of Bidder's m�imu�n Bid price, ort the form attached or equivalen�, issued by a surety rr�eeting the rec�uirements of Paragraph 5.01 of the Generai Conditio:�s. 7.2. The Bid Bonds provided by a Bidder vaill be retained until the conditions of the Notice af Awa�rd haue been satisfied. If the Successful Bidder fails to exeeute and return the Contract Documents w[thin 14 days after the Notice ofAward con�eying same, City rrjay canside�� Bidder to be in default, rescind t1�e Notice af Award and a�t on the Bid Bond. Sucl� ac#ion shall be City's exclusive remedy in the avent Bidder is deemed to have defaulted. 8. Can.tract Times The number af days within which, or tt�e dates by which, Milestones are to be achie�ed in aceordance with the General Requirements and the Work is to be campleted and ready for Final Acceptance is set fot�h in the Agreement or incorporated tiherein by reference to the attached Bid Form. 9. Liquidated Dama.ges Pravisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-EquaI" Items `I'he Contract, if awarded, will be on the basis of materials and equipment described in the Bidding DocLiments without consideration ofpossible substitute or "or-equal" items. Whenever it is indicated ar specified in the Bidding Documents that a°substitute" or "or- equal° itetr� of material or equipment ma�+ be fuz�nished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effeetive Date of the Agreeinent. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.�SA., 6.a5B. and 6.05C, of the Genera] Conditions and is supplemented in Sectian OI 25 OQ of#he General Requirements. li. Subcvntractors, Suppiiers and Others 11.1. In accordance with the City's Business Equity Ordinance No, 24534-1 I-2020 the City has goals for the participation qf minarity business and/or vdomen business enterprise5 in City �antracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shajl rend�r the Bidder as non-respansive. Business Equity Ordinance No,251SS-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrarv.amle�ai.com/eodes/fkwoi�tl�/latest/fiworttl t�0-0-0-22593 CITY OF PORT VVOATH Fort Worth Nature Center & Refuge Soardwallc Phase II STANDARD CDNSTRUCTION SPECTFICA"I'[ON i7QCUMENT Ciry Project No. 102320 Revised111pdated Nor+ember 2, 2021 ooai i3 11VSTRUGTiON3 TD BID➢EKS Pa$e 7 of 10 11.2. No Con�ractor shall be required to employ any Subcantractor, �upplier, oth�r person ar arganization against whom Contractor has reasonable objection. 12. Sid Form 12.1. The Bid Form is ineIud�d with tile Bidding Documes�ts; additional copies may be obtained from the City. 12.2. All blanks an the Bid Form must be completed and the B.id Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed tl�erein. Inthe case of optional alternatives, fhe w�rds "No Bid," "No Change," ox "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder praposes to do the work c.ontemplated or fitrnish materials required. All entries shall be legible. 123. Bids by corporations shall be executed in the carporate name by the pr�sidant or a vice-president or other corporate officer acc�inpanied by evidence of autharity to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall ba shown helow tY�e signature. 12.4. Bids by partnerships sha.11 be executed in the partnexship name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority ta sign, The official address oithe parCnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firnn by a member and accampanied by evid�ne� of autharity to sign. The state of formation of the firm and the nfficial address of the firm shall be shown. 12.6. 12.7. 1 Z.8. 12.9. Bids by indi�iduals shall show the Bidder's name anci official address. Bids by jaint ventures shall be executed f�y each joint venture in the manner indicated on the Bid �'orm. The official address of the joint venture shall be shown. AIl names shalI be #yped or printed in ink below the signature. 'I'he Bid shall contain ar� acknowledgem�nt of receipt of all Addenda, fhe numbers of which shall be filled in on the Bid Farm. 1�.10. Postal an�d e-mail addresses and telephone nutnber for co.mmunieations regarding tlae Bid shall be shown. 12.11, Evidence of authority to condttct bussness as a Nanresident Bidder in the siat� af Texas shail be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH Fnrt Worth Nafure Center & Refuge Basrdwallc Phase II STANDARD CQNSTRUCTION SPECIFiCATION DOCUMENT Ciry Project No. 10i320 Kevised/Updated November 2, 2021 Oa 2l l3 INSTRUCT[ONS TO BIDDERS Page 8 of 10 13. Submission af Bids Bids shall be submitted on the prescribed Bid �`or�n, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATTON TO BIDDERS, addressed to Furchasing Manager of the City, and shall b� encloseci in an opaque sealed envelope, marked with the City Project Number, Project t�tl�, tha name and address of Bidder, and accompanied by the Bid security and ather required documents. If the Bid is sent through the mail or other delivery system, the sealed envetope shall be snclosed in a separate envelope vvith the notation °BID ENCLOSED" an the face of it. lA. Withdrawal of Sids 14.1. Bids addressed to ihe Purchasing Martager and filed with the Purchasing Office rnay be wifladrawn priar to tY�e time set %r bid opening. A request for withdravwai must b� made i n writing and delivered to the Purchasin,g Office to receive a time s#amp prior ta the opauing of �ids. A timely withdrawn bid wil] be returned to the Bidder or, if the request is within one hour of 6id opening, will not be read aloud and wil.l thereafter be returned unopened. 14.2, in the event any Bid for which a vaithdrawal request has been timely filed has been inadvertently apened, said Sid and arly record thereof will subsequently be marked "Withdrawn" and will be gz�en no further cansideration for the award ai contract. 15. Opening of Bids Sids will be opened and read aloud publicly. An abstract of the amqunts ofthe base Bids and majar alternates (if any} wiIl be made a�ailable ta Bidders after the opening of Sids. 16. Iiids to Remain Subjec# to Acceptance A11 Bids wili remain subject to acceptance far a rninimum of 9D days or the time period specified �or Notice of Award and execution and delivery of a camplete Agreeraent by Succ�ssfu] Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluafion nf Bids and Award of Contract 17.1. City reserves the right to reject any or alI Bids, ineluding witho� limitation the rights to reject any or all nonconforming, nonresponsive, unbalanc�d ar conditional Bids and to r�ject the Bid of any Bidder if City believes that it would nat be in #he best interest of the Project to ma[ce an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder, Discrepancies befween the multiplication of units of Work and unit prices will be resolved in favar of the unit prices. Discrepancies between the indica#ed sum of �any column of �gures and th� correct surri th�reof will be resolved in favor of the correct sum. Discrepancies between words and figures wil] b� resolved in favor of the words. CITY pF PpRT WORTH rort Wortli Nature Center & Refuge Soardwalk Phase II STANDA.RA CONSTRiTCTIDh SP�CIFICATIOIv D�CUMENT City Project No. 102320 Revised/Updated November 2, 2021 00 21 13 INSTRUCTIONIS TO BIDU�RS Page 9 oi i 0 17.1.1. Any or all bids will be rajected if City has reason to balieve that collusron exists among the Bidders, Bidder is an interested party t4 any litigation against City, City or Bidder may have a claim against the o�her or be engaged in litigation, Bidder is in arrears on any existing contract or �as defaulted on a pravious contract, Biddar has performed a priar contract in an unsatisfactory tx�.anner, ar Bidder has uncompleted work r�hich in the judgment of the City will prevent or hinder the prompt completion of additianai work if awarded. 17.2. In addition to Bidder's ralevant prequalification requirements, City may consider the qualifications and experienca of Subcontractors, Suppliers, and other persans and organizatiflns praposed for those portions of the Work where the identity of sucl� Subcontractors, Suppliers, and other persons and organlzations must be subm.itted as provided in ihe Cantract Documents or upon the request of the City. City alsa may consider the operating costs, maintenance requirements, performance data and guarantees of maJar it�ms af materials and equipment praposed for incorpnration in the Work when sueh data is required to be submitted priar to the Notice Qf Award. 173. City may conduct such investigations as City deems ne.cessar� io assist in the e�alt�ation of any Bid and to establish the responsibility, quali�cations., and fnancial ability af Bid .ders, proposed SubconYractors, Suppliers and nth�r persans and organizations to perfornl and fumis� the Wor�C in accflrdance with the Contract Dacuments to City's saiisfaction withi�i the prescribed tint�e. 17.4. Contractor shall perfortn with his own organization, wark of a value not less than 35% af the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded fo lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252Ad1, the City will not award coniract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bic� submitted by a responsible Texas Sidder by Yhe sasne amount fhat a Texas resident bidder would be requixed to underbid a Non tesident Bidder to obtain a camparable contract in the state in whieh the nonresideni's pri ncipal place of business is locateci. I7.7. A eo�tract is not awaz'ded until formal City Council authorization. If the Contract is to be awarded, City wi11 award tne Contract �ithin 9D days after the day ofti�e Bid opening unless extended in writing. No other act of City or athers will constiYute aceeptance of a Bid. Upon tl�e contract award, a Notice of Award will be issued by the City. I7.7.1.The eontractor is reqnired to fi�l out and sign the Certificate af Interested Parties Form 1295 and the form must be submitted to the Project Maz�ager fa�fore the contraet wil! be preaented to the City Council. The form can be abta�n�d at https:ll�vww.ethies.state.t�.ns/data/forms/129511295.pdf I7.8. Failure or refusal to comply with the requirements may result in re�ection nf Bid. 1$. 5ign��g of Agreement CIT'Y OF EORT WOATH Fort Worih Nature Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTIOl�E SPECIFICATiON DOCUIV[ENT City ProyectNo. 102326 Revised/Update.d Novemher 2, 2D21 Oa 2l l3 1NSTRUCTIdNS TO BIDDERS Page l0 of LO 18.1. When City issues a Notice of Award to the Suceessfitl Bidder, it will be accompar�ied by #he required number of unsigned counterparts af the Project Manual. Within 14 days thereafter, Cantractor �ha11 sign and deliver the raquired number oi counterparts afthe Project Manual to City with the required Bonds, Certificates of Insurance, and all other required dacumantation. 18.2. City shall thereafter deliver one fully signed eounterpark ta Contractor. END OR SECTIQN CITY OF PQRT WOATH Fort Worth Nature Center & Refuge Soardwalk Phase I] STA3VDARD CONSTRUCTION SPECIFICATI03V DOCUMENT Ciiy Project Na. 102320 Itevised/CJpdated November 2, 2021 00 35 13 - l CONFLiCT OF iN1'EAEST STATEMENT Page ! o£ l 1 2 3 4 S b 7 8 9 1Q 11 12 13 14 1s 16 17 18 l9 24 21 22 23 7,4 25 2fi z� 28 29 30 si 3� 33 3� 35 3fi 37 38 39 40 �i 4� 43 44 45 4G SECTX4N 04 3513 CONFLICT OF INTBREST STATEMENT Each bidder, a�ror, or respondent to a�ity of Fort Worth procureznent is required to eonnplete a Con�ict of Ini�res# Questionnaire ar c�rtify that one is eu�c3rent and pn fila wi#h the �ity Seeretary's �f�ce pursu�nt #o state law. �f a member of the Fort Wort�i City Council, any vne vr mvre of the City Manager or Assistant City Managers; or an agent of thc City who exercises discre�ian in planning, recommending, s�lecting ar contracting with a bidd�r, offer�r or responcient is a#iiliated with yaur company, 'then a i,ncsi Goveznment Offiee Conflicts Disclasuxe Statement (CIS} r�z�y be required. You are urged to consult �+ith counsei regarding the app�icabiIity of these fn�rns and Local Government Code C�apter 176 to yaut carnpany. The referenced fprms may ba tiavvn�loaded froxn th� lin�Cs provided 6etaw. littp:/Iwww.ethics.state.tx.usf �orms/C�df' h :! www.ethics.state.tx.us/�'orms/CIS. d [] CIQ Form is an file wii�i City Secretary [�] CIQ �orm is being prov'tded io the City 5ecretary � �I n CIS Form does not apply CIS �'orm is on File with City Secre#aty CIS Form is being provided to the City Secratary SIDDEn: The Fain Grou Inc. By: Lar Frazier Campany (Please Print) Z500 Great SouTl�weSt P Signature: � Address �oXt Waz�ih, TexaS 75�06 Title: � President CitylSkate/Zip � (Please Prin#) END U�` SECTIUN C17Y OF �ORT WOItT1i Fart VJnrl� NHturc Center& Refuge Bogrdwalk Phasa II $TANDARD CON571ttlCT[ON 3PECIFlCATION DpCll�rIENTS City Yrojeot I�io. 102320 Rerised &Ismh 27, 2612 0o a� o0 BID FOFtM Page 1 of 3 sECTION aa 47 oa BID FORM TO: The Purchasing Manager clo: The Purchasing I]i�isinn 2p0 Texas Street City of Fort Worth, 7exas 76102 FOR: City Project No. Unitsl5ectians: Fort Worth �Iature G�nter & F2efuge Boardwalk Phase I1 102320 PAR[3 FID. p.O,E. Praject No. 1. Enter Into Agreement 7he undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the 'farm included 9� the Bidding Dacuments to parform ar�d fumish alf Work as specified ar indicated In the Contract DocumenEs for the 8id Price and within tha Contract Time indica#ed in thfs Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDQ�R, Acknowledgements and Certification 2.9. In submitting this Bid, Bidder accepts ali of the terrns and conditions o{the INVI7AiI�N 7'Q BIDDERS and 1NSTRUCTIONS TO BIDD�RS, including without limitation those dealing with tha disposition of Bid B�nd. 2.2. 8idder is aware of all costs tn prnvide the required insurance, will do sa pending contract award, and will pm�ide a valid insurance certificate meeting all requiremen#s wlthin 1�k days of notification of award. 2.3. Bidder ceriifies that this Bid is genuine and not made in the interest af or nn beha[f of any undisclosed individua] or entity and is not suhmitted in confarmity with any colfusi�e agreemenE or rules of any group, association, organization, or corparativn. 2.4. Bidder has nat directly or indirectEy induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not salicited ar induced any individual ar entity to refrain from biddiRg. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive praetices in competing far the Contract. For tha purpases of this Paragraph: a. "corrupt prac#ice" means the ofFering, gi�ing, receiving, or soliciting of any thing of value likely to influence the action of a public afficial in the bidding process. b. "fraudulent practiee" means an intentional misrepresentation of facts made (a) to influence the bidding process to the deiriment of Ciry (b) io es#ablish Bid prices at artificial non-competitive levels, or (c) to depri�e City of the benefits of free and open compeiition. c. "coflusi�e practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to estabiish 8id prices at artificial, non- campeti#ive levels. CITY OF FORT WORTH Fort Worth Nature Center & Refuge Hoardwalk Phase II STANdAR�CONSTRUCTION SPECIFICATIpN DqCUMENTS Clty PrOj�Cf%10. 10232� Revised 9/3012021 QO 41 40 Bid Proposal Work600k_FW Nature Center QO d1 00 Blo FORM Page 2 of 9 d. "coercive practice'" means harming arthreatening to harm, directly or indirectly, persons ortheir property to in#luence their participation in the bidding process or affect the execution of the Con#ract. 3. Prequalification The Bidder ac[snowledges that the following work types must 6e perFormed on�y by prequalified contractors and subcontractors: a. Paving b. 8oardwalic, Trails and Ra]lings c. - d. - e. - f - 9• - h. - 4. Time of Campietion 4.1. The Work will �e com}�lete for Final Acceptance within 240 days after the date when the the Coniract Time commences to run as provided in Paragraph 2.03 ofthe G�nerat Conciitions. 4.2. 6idder accepts the provisions of ths Agreement as to liquidat�d damages in the event of failure to complete the Work {andJor achievement of Mil�stones} within the fimes speci�ed in the �greement. 5. Attached to this Bid The following documents are atkached ta and made a part ofthis Bid: a. This Bid Form, Seetinn 00 41 00 b. Required Bid Bond, Section 00 43 13 issued hy a sur�ty meeting the re�uirements of Paragraph 5.61 of the General Conditions. c. Proposal Form, Section 00 42 �43 d. Vendor Campliance to 5tate Law Non Res{d�nt Bidder, Section 00 �3 37 e. MWB� Forms (optianal ai fiime of bid) f. Prequalification Statement, Section 0� 45 12 g. Conflicf of Interest Af�idavit, Sectfon 00 3513 "lf necessary, C{Q ar C1S forms are io be pravided directly ta City Secretary h. Any additiona! dacuments that may be required by Section 12 af the Instructions to Bidders CITY dF FORT wpRTH Fflrt Worth Nacure Center 8e Refuge Boardwalk Phase ti STANOARo CON5TRUCTION SPECIFICATION CIOCUMENTS Cit}+ Projeci �To. 102320 Revised 9l3�12021 00 41 00 6id Proposal Workhaok_FW NaEure Center 40 41 00 BID FORM Page 3 of 3 6. Tnta[ Bid Amaunt 6.1. 8idder w�H complete the Work in accordance with the Contract documer�ts for the following bid amount. In the space provided below, please enter the tatal bid amour�t for this praject. Only this figure wiR �e read pubiicly by the Ciiy at the bid apening. 6.2. It is understood and agreed by the sidder in signing this proposai that the #otai bid amount entered helow is s�bject to veri�cation and/or modification by multiplying fhe unit bid prices for each pay item by ihe respective estimated quanti#ies shown in this pra�aasal and then totafing all of the extended amounts. 6.3. �valuation ofAlterna�e Bid Items Total Base Bid Additive Alternate Total Bid 7. Bid Submitkal This Bid is submit#ed on June 06, 2022 Respecif�lly submifted, 6 ( lg rej Larry Frazier (Printed IVame) Tltle: President Company: The Fain Group, Inc Address: 2500 Great Southwesi Park+niay Fort Worth, Tx 76'fOfi State of Incorporation: Texas �mail: Lfrazier@faingp.com P hane: 817-927-438$ END OF SECTIOI�{ CITY QF FORT WORTH STANOAR� CONS7RUGTION SP�CIFICA7104V DOCUMEi+�TS Revised 3/30/2021 $2,330,902.1 Q $55,500,00 $2,386,402.9 0 by the entity namad helow. Corporate Seal: Porf Wnrth Nature Center & Refuge Daardwalk Phase II City ProjactNo. 102320 00 41 Op Bid Proposai Workbook FW Nature Center oa aza3 BID PROPQSAI. Pa�;e I of 2 SECTIUN 00 42 43 PROPOSAL FORIIA �liVl� �RI�� �ID �rdder'� �ppfica�ion PrQject Item Infarrnation Bidder's Proposal _ . . ................_......................... Bidiist DescriPhon Specificatian Unit af ��d Uni[ Price Bid Value item No. 5ectian Na. Measure QuanEiry - _ ......... — �.�. Base Bid 1 Mflbilizafion Ol 7fl 00 LS 1 $175,OOQ.00 $175,000.00 . _.. _ 2 Erosion Control 31 25 fl� LS 1 $21,O�O.QO $21,000.00 3 Site bewaterin 5EE PLAN LS 1 $554,000.40 $55q,QQ0.00 4 As haltlConcreta Pavement Kemoval 02 41 15 SF 14,800 $2.50 $37,OQQ.00 5 Tree Removai �c Dis osal 02 41 13 EA 4 $$00.00 $3,200.OQ 6 Tree Protectinn Fence 32 93 45 LS 1 $2,500.40 $2,500.00 7 Demolition Removal Area 02 41 13 SF 1Q,000 $5.U0 $50,OQ0.00 $ Tem o Construction Entraace and Fencin OI 50 �0 LF 345 $13.00 $4,485.Ofl 9 Avai�ahfe �cr�Site Fill Material 3I 23 23 CY 495 $40.00 $19,800.00 �....._.... _........------. ....--�--.... _...�.. m..�_ 10 Com actinn 03 30 0.0 CY 495 $18.U� $8,910.OD 11 T Soil, 4" ' 32 91 19 CY 535 $60.00 $32,100.Oa 12 �testroom Vault Buildin LS 1 $70,000.00 M $70 000.00 I3 Boardwalk ' """ LS 1 $716,OOb.UO � � $7i6,000.00 14 &" Class C Concrete 03 30 00 CY 4fl0 $680.00 �� $272,d00.00 IS 4" Class C Concrete a3 300d CY 45 $9,300.�0 $58,500.00 16 Parkin Si na e EA 2 $450.00 ��$900.00 1'1 Pavin Markin and Stri ia 32 17 23 LS 1 $2,000.00 ��� $2,000.00 18 Wheel SEo EA 43 �$130.0.0 $5,59�.00 19 ConcreteRetainin Wall 32 32 13 FF 211 $135.04 $28,485.00 2.0 12i Ra CY lb $636.OQ � $14,�76.00 21 Pi e Rai� FenCe LF 120 mm$245.00 m, m $29�400.OQ _._... � u , 22 Sta6alized Crushed Limeston Trai1, 6" i}e th '�' CY 28 $40D,00 $11,200.00 23 Rock Retaining Wall FF 475 $'� 10.40 mm $52�250.00 24 Com acted Soil Trail, 6" Depth 3124 00 SF 19,235 $2.50 $48,087.50 25 Miscellaneous Specialized Item (Trail Underdrain} Q3 3Q DO EA 1 $5,Q0�.00 $S,Q06.00 26 Hanvood Mulch Stabilization Area, 2" Tle th 32 93 43 CY 4$ $120.00 $5,760.40 27 Natural Seed Mi�c 32 9213 5F 43,035 $0.20 _��____ .$8,607.0� 2$ Shoreline Restoration Area 32 93 13 5F 4,758 $0.20 $351.fiQ 29 Park Dedication Si LS i $5,000.00 �$5,000.00 30 Construction Stakin and Surve �1 71 23 LS 1 $22,flODAO $22,0OO.Ofl 31 Coastruction Allowanee 9949.Q�01 LS 50,0�0 $1.04 $50,000.00 32 Testin Allowance O1 45 23 LS 25,d�0 �1 •00 � $25,000.00. Base Sid Tota1 52,330 9�12.10 Fort Worth Nah�re Center & Refuge Boardwalk Phase II crrYOFFORrwoxr� CityProjectNo. t02320 STANDARD CONSTRUCi'ION 5pECIElCATION �OC[1dfBNTS Revised 9l30!'_021 0� 4! 00 Rie Proposal Warkkwak FW Natnre Center 00 43 43 B[D PROPOSAL Px�m 1 nfl SECTION 00 d2 43 PROPOSALFORM UNIi PF�ICE �ID Item No. 34 �Friendsftecognit 35 �IGiosk & Si�nage Pcoject Item information Descriptinn �idde�'s Appli�afiion Bidder's Propasal 5pecificatiou Unit a#' Bid Section No. hieasure Quantity �nit Price Bid Valua �"" ( E� � 1 � �2,5oa_ao� �2,saa.ao Ta��� EA � 2 I $24��DO,Od $40,000.00 s��. YY . ..-.__....... _ . . ..... ............ ........... , .... . , , ,..,.....,.,,., . . ,..,..,..,..,.. , , ,....... . ,.....,.. - . _.�-,_.. .r. ....._..,..,__. ,.,........,...-_,..,_..,..,,.,-r ,..,..�, Additive Alternate Bid -- - _,....,..... _ .. ,_ _ __.....� , „ , _ , _....,....._ �.,..,..,-----_...---,.. ,.._,. Tpfal Additive AIternate 6t $ $5,500,00 � __ ..,e _., .._,.,.,_,._,_ . _ � . — T f -- Total Bid $ 2,388,402.7 0 END OF SECTION CITYOFFORT WOATH STANDARD CQNSTRCICITON SP6C[piCAT10N I70C[1MENTS Rcvised 9130/363k Fort Worth Nature Center & Refu$e Boardwalk Phase II Ciiy ProjeatNo. 1a232D 00 4l 00 9id Propasal Wack6aok_F'�V Naturs Ccnter 00 4313 81D BON❑ Page i of 2 SEC710N UU 4313 BID B�ND FCNOW ALL 8Y TME5E PRESENTS: 7hat 4,.-_, 7i�u �ain Gra�p, 'tn�:. , 4:rawn as "8idder" herein and � 1�1er.lfielcl Insuf�r�oe Carr�a�l+ a cflrpprate surety duly authori�ed ta do busir�ess in the State of Texas, knov�n as "Surety" herein, are held an.d frrnly bound unto the Gity of Fort Worth, a municipal corporat€on created pursuant fo the laws of Texas, known as "City" herein, in the penal sum nf five percent{8%j af Bidder's maximum hid price, in lawful money of the United S#ates, to be paid in Fort Worth, Tarrant County, Texas for the payma.nt a# v�hlch sum we11 and truly to be made, we bind ourselves, our heirs, executors, adminisirators, successorsand assigns, jaintly and severally, firmly by these presenis. WH�REAS, the Princ9pal has submitted a bid or proposal to perForm Work for the fo�fawing praject designated as Fort Warth �lature Center & Ftefuge Boardwalk Phase II NOW, TMEREFORE, the condition of this obliga#ian is such that if the City shall award the ContracE for the foragoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for tt�e ex�cution of the Coniract and shall enter into the Contract in writing with the City in aecordance with the terms of such same, then ti�is obligation shalf be and become nu11 and void_ If, howe�er, Ehe Principal fails to execute sucf� Contract in accordance with the terms of sama or faiEs ta satisfy a!I requirements and conditians required for ihe execution of ihe Cantratt, this bond shall become the property of the City, witiiout recourse of the Principal andlor Surety, not to exc�ed the penalty hereof, and shall be used to camper�saEe City for the difference between Pfincipal's tatal bid amount and the next selscted bidder's total bid amaunt. PRDVIDED Fl1RTHEf2, that if any legal action be filed an fhis Bond, �enue sha[� lis in'Carrant County, Texas or the United 5tates District Caurt for the Northem District of Sexas, Fart Warth bivisian. IN WITNESS WHEREOF, the Principal and the Surety have SIGNE� and SEALE� this instrument by duly authorized agents and officers on this the _2n�,,,,_ day of ..Jun�,�,,.,, , 2022. LJ A1TE5T: � � � Witness a ta Principal C1TY C1F FORT WORTH STANDAR� CQNSTRUCTION SPECIFfCATION �OCUM�NTS Re�€se6 SL301202i PRINC6PAL; .,.�.,..The Fain Group, Inc. — 8Y; � '�I1at e � ' " � � ��� N me and Titfe ForY Worth Nature Center & Refuga Boardwalk Phase II City Pro. act No. 1Q2320 004t 00 Bld Proposa� Warkdook,bsx OQ 43 13 61E3 B�N� Page F af 2 �� .!.�..�..-��-��.b Muni Rak�ah, Bond Account Manag�r Wifness as to Surety Attach Power of Attomey (5urety) for A#torney-in-Fact Address: P._0..8nx.1&�3DH....._. _. ..__ �...�..........,.. . E.o.rtV�Lo.r.th....TX�£�.5.1_ ........................................ SURETY: ._.,.,.,..._.._...11V�stfd�ld. lns,u ran Ge_C o,mpany_...... ... � _._....--.----.-----. BY: � . � ,�. Sig re „�,,Jarre#t Willsorii;; A�orney-in-Faot � Nama and Tifl� Address: _2255 Ridue Road. Ste 33'3_ ,�o�l�u�l�. T?�-Z��Z.�..,, T TeEephone Num6er: 972•772•722� *Note; If signed by art officer of the Surety Company, there must be on fle a certified extraet from the by laws sho+n+ing that tE�is person has autharity to sign such obligation. ff Surety's physical address is diiferent fram its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. _ .._ __� _w.. _�._�e.e_...._�....�.....:�..._ END aF SECTIQN CI7Y oF FORT woRrN Fort Warth Nature Center & Refuge Bosrdwalk Phase II STANI7ARU CONSTRt1CTI0N SPECiFlCATION DOCUM€NTS City Project Alo. 102329 Fievised 913�12p21 AO 41 00 $id Prapwsal Wari�hook.Xisx �21�e�a� POWER NO. 422{�072 19 Power Vllesi�i�ld lns�rar�ce �o. of Attorney Vil�s�fi�ld t��tian�! Ins�ran�e �o. CER71FfED COPY �➢�io ��rr�ers I�ns��ar �nce{, o�a . --- .� .. ._. . _. _ _ .� _. _.�._ .._..ry _ � �..., .. � . .._.�.a_ . _ . Know A!1 Men �y These Prese�fs That WESTFIEL� INSURANCE COMPANY, WESTFIELD iVATIDNAL iNSURANCE COMPANY and OHlO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collecti�ely as "Gampanies,° duly organixed and existing under the laws nf the StaCe of Ohin, and having its principal affice in West�eid Center, Medirta County, dhio, do hy these presents make, constitute and appaint TONY FIEiZRO, JOHNNV MOSS, JAY JORI7AN, MISTIE BECK, JEREMY BARNETTr JA�E PORTER, ROBERT Cr. KANUTli, JARRETT WILLSON, JACK HOTTINGHAhA, .10ENTLY OR SEVERAiLY of ROCKWALL and State af TX its true and lawful Attorney(s)-in•Fact, avith full power and au[hority hereby conFerred In its name, place and stead, to exaGute, aCknowledge a�rd deliver any and aIl bpnds, recagnizances, undertakings, or ather instruments or contracks of suretysh�p- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - � - - - - - - - - - - - - - - - - • LIMITATION: TH1S POWER OF AT"CORNEY CANNflT 6E USEQ TO EXECU7� NOTE GUARAIVTEE, MORTGAGE DEFICIENCY, MORTGAGE `GUARAN �, QR BANK OEPOSITORY BOhIf�S. and to bind any af the Companies therehy as fully and to the same extent as if such 6onds were slgned hy the President, sealed with the tarparate seal of the appllca6le Company and duly attested by its Secretary, herehy ra�if�ring and confirming all that the said Atkarney{s)-In-Fact may do in the premises. Said appointment is made uRder and by authority of the follawing resolution adopted by the 8oard af Directors of each af the WES7FI�LD INSURANCE COMPANY, WESTFIEL� NATIONAL INSURANCE COMPANY and dHlO FARMERS INSIJRANCE COMPANY: "8e !t Resolved, that the President, any 5enior Exacuti�e, any Secretery or any Fidelity & Surety Operations Executive or other Executive shall br. and is he�ehy vesEed with full pnwer and authority to appoint any one ar more suitable persons as Attomey(s)-in-Fact to represent and act far and on �ehalf a€ the Company subject to the Following pravisians: The Aitorney-in-Fact. may 6e given full pa+�ver and authority for anci in the name of and an behalf af the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, cantracts, agreements of indemnity and other conditional or obllgatary undertakings and any and a1I notices and documenfs canceling or terrr�inating the Company's liability tfiereunder, and any such instruments so executed hy any sueh Attorney-in-Fact shail be as hirtding u�an the Cornpany as 'rf signed by the President and sealed and attested by the Corporate 5ecretary." 8e rt Further Resolved, that the sjgnature af any such des�gnated person and the seal of the Company her'Btafora or hereafter affixed to any power of attorney or any certificate relating thereta hy facsimlle, and any power af ettarney or certificate 6earing facsimile signatures or facslmife seal shall he vaTid and binding upon the Company with respec[ to any bond or undertaicing to whlch it is attaehed." (Each adnpted at a meeting held on Fe6rua�y fl, 200Q). !n Witness lNhereaf, WE5TFIELD INSURANCE CDMPANY, WESTFIELD IUATIONAL INSURANCE COMPANY and OH10 FARMERS INSl1RANGE COMPANY have caused tFtese pr$sents to be signed by thelr National Suraty Leader and Seninr Executive and their corporate seals to he hereto affixed this U2nd day of JRNUARY A,Q„ 2Q20 , Corporate �g�p�� Seals � ..�-•��•.,�' Affixed -�s'� �' � � M' �� v ; � �.. .s+ } 5tate of Ohlo ��'� County of Medina ss.: '`",ON�1��`�.� " ,d:.,�ure.un.. ��(1 ,� I�SG� �a 1����d.~.",� c nr •.�:.yL'; �;'6L1�r����'� ►J�L1� ?m ^ =�' '� : :'.o:� :��� 1���,; �: Q b; • '•. : r` ••. ' ��3�� � ��� r �'�ir,...�,.n�.�"' ^•..n.nw+.•".. WESTFIELD INSURANCE C�MPANY WEST�IELD NATIONAL iNSURANCE COMPANY ONID FARMERS INSURANCE COMI'ANY � � ���.� 6y: � � Gary W. tumper� Naticrna Sursty Leader �nd S�nibr Execurlve On this 02nd day af JANUARY R,�„ 2020 , before me personally came Gary W. Stumper to me known, who, being hy me duly swom, did depose and say that he resides in Hal'tford, CT; that he is Natianal Surety Leader and Senia� Executi�e oF WE5TFIELD INSURANCE COMPANY, WESTFiELp lVATIONAL INSl1RANCE COMPANY and dH10 FARMERS INSURANCE COMPANY, the companies described in and which executed the abo�e instrument; that he knaws the seals oF said Companies; that the seais af�lxed to said instrument are such corporate seals; thaY they were aa afFixed by order of the Boards of DirecEors of said Companies; and that he signad his name thereto hy like order. Notarial �.wh��+x�,,, A Seal PaIAL � Affixed �.• i�ji � tifi �= d� �\i...//j� �* a. �� . State of Ohia ;�+ �°�` o David A. Katnik, Attarney at Law, Notary F'�rblic CQunty of Madina ss.: s, q • My Cnmmission Daes Not Expire (Sec, 147.03 Oh10 Reulsed Cade) ''�,, rfi D f �,ra ��i,.��.nn�„�•�` I, Franlc A. Ca��ino, Secretary of WESTFIEL� INSURANCE CC3ivIPRNY, WESTFIELD NATIONAL INSURANCE GOMPANY and ONlO FARMERS INSLIRANCE CONEPANY, da herehy certiFy that the above and Foregoing is a true and correct copy af a Power of At[arney, executed hy said Companies, which is still in full Force and effect; and furih�rmore, the resolutions af the Hqards of �irectors, sei out ln the Power of Attorney are in fufl force and e€fecL !n Witness Whereof, I have hereunto set my hand and affixed the seaEs af said Companies at Westfield Center, Oh[a, this � day of ��� A.O., �d��}� �v,�ge�b �h.� �i ��������b '�,�''•�...;�"....{ ��' sPaacz (combined) (os-az} � CITY �F FORT WORTH STANfSARp CONSTRUCTION 9PECIFICATION �OCUMENTS ReVlsed 9130l2021 • �„��,,,,,'�r �,'� ay�y, � '� ��P��y�� �Q 4 ."� p,. '�= C�,��i��a/ i�,� ��, ���� ;��� F¢ 4 - �� � ,� ,��', .,�� ''• • �Q- � �a,1�n,N��`•'' �� � � s��e� Frank A. Carrina, Secretary Fort Warth Nature Center 8c Refuge Boardwalk Phase II City ProjectNo. 102320 �M�O��A�+l� NO�IC� Si.�T� 8P T�X�S COM��AIPd�' P4�����1�4��5 1. IMPOR?ANY NOYICE 70 obtain iRformation or make a cflmplaini: 2. You may contact your agent. AVISO IMPO�iTANi� Para obtener inforrnacian a para som�ter una queja: Puede comunicarse con su (title) al (telephone number). 3. YoU rr�ay cali Westfield Insurance Camparsy, Westfieid Natianal Insurance Company, andlor Ohio �armers Insurance Corr�pany's toll-f�ee telephone number for infflrmation or to make a comp�aint at 1-8n0-243-0210 4. You may also write ta Westfield Insurance Company, WestField Nationa[ Insurance Company, andlar �hio �armers Insurance Company at: Attn: �ond C[aims One Park Circle F' a �ox 5Qb9 WestFeld Center, �H 44251-5001 �ax #334-887-p8�0 S. You may cantact the Texas Department of lnsurance to obtain information on companies, coverages, rights ot cumplaints at: 1-$UO-252 3439 6. You may write to the Texas Department of Insura�ce, Consumer Protection Sec#ion �MC 1'{ 1-1A}: P.O. Bax 149091 Austin, TX ?87149091 Fax: (512) 490-100T Web; www.tdi.texas.go� E-maiL- CansumerProtecfionCaZtdi_texas.ao� l_ P�t��llilUM OR C�AIM �ISPiIi�S. Should you ha�e a dispute canceming yaur premium ar about a claim, ya� should contact the agent, Westfield Insurance Company, Westfield National Insurance Campany, ar Ohia Farmers Insurance Campany iirst. If the dispute is not resol�ed, you may contact the Texas Department of Insurance. 8_ A7�ACH YHIS NO�ICE �O YOU� POLICY: This na�ce is for iniormatian only and daes rsat became a part or condition of the attached documen�. LJsted puede Ilamar a! numero tie telefono gra#is de WestfieId lnsurance Cornpany, Westfieid National Insurance Company, andlar Ohio �armers Ins�srance Company`s para infarmacion a para someter �na queja al: 1-800�2d3-0210 Usted tambien puede escnbir a Weskfield Insurance Company, Westfieid National Insurance Company, anc}!or Ohio Farmers Insurance Company: Attn: �ond Cfaims One Park CircEe p O �ox 5DQ'1 Westfiefd Center, OH 44257-5009 �ax #330-887-08d0 Puede eamunicarse con el Clepartamenio de Sequros de Texas para pbtener informacion acerca de companies, co6erturas, derec�os a quejas ai: 1-$00-252-3439 Puede escribir al Departam�nto de Seguros de Texas, Cansumer Protection Section (MC 111-1A): PA. Box 149091 Austin, TX 787149091 Fax: (512) 490-1007 Web: www_tdi.texas.gov �-mai I:, Consu merPratectian�tdi.texas. �av DISPUTAS SO�R� PRIMAS D R�C��MOS: Si tiene una disputa concemiente a s.0 prima o a un reclamo, debe com�nicarse con el agente, Wes�eld Insurance Company, 1Nestfield National Insurance Company, o Ohio Farmers Insurance Company primero_ Si no se resuelve la dispuia, puede entonces comunicarse con el depar�amenta (TQI). UNA �ST� AVISD A SU POI�I�A: �ste aviso es soio para proposito de informacion y no se convierte en parte o cnndicion del dacumento adj�nto. BD5430 (06�15} CITY OF FORT WOR7H STAtJ�ARI] CONSTRifCTION SPECIFICAl70N OOCUMENTS Revised g/aol2a21 Fort Worth Nature Center & Refuge Board�valk Phase II City Project Wa. 10232(3 00 43 37 VEN�OR COMPLIANCE TO STA7� LAW Page 1 .of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NO�1 RESILIENT BIDpER 'Texas Government Code Chapter 2252 was adopted far the award of contracts to nonresidenf bidders. �his law provides that, 9n ord�r to be awarded a cantract as low b[dder, nonresident bidders {oui-of-staie contractors whose corporat� affice5 ar principal place of business are outside the State of Texas) bic! pro�ects far const��ction, improvements, supplies or services in Texas at an amounk lower t�an the lowest Texas resident bidder by the sam� amount that a Texas resident bjdder would be required to underbid a nonresident bidder In order to obtain a camparahle contract in the State which the nonresideni's principa{ placa af business is located. �he appropriate blanks in Section A must be fillad out by all nonresident 6idders in order far your bid to meet specifications_ The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check #he box in Section B. A, I�onresideni bidders in tha Siate of �7J�1 , our principal place of business, are required to �� i�T�� percent lower than residant bidders by State Law. A capy af the statute is attached. Nonresident bidders in the State at F��A . ,, aur principal place of business, a.re nat reguired to underbid resident bidders. B. The p�'incipal place of business of our company or our parent company or ma}ority owner is in the State of 'iexas. � L, BIDDER: The Fain Group, Inc_ 2500 Great Southwest Pkwy Fort Worth, Texas 76I.06 8y: Larry Frazier �-. __ (Signature) � 7itla; L ,� ���r� � L?ate: Ob102122 El�iri OF SECTION ci�ro� �o�tr wo�n-i S7AND.AFtD C6NSTRllCTION SPECIFICATiON �OCUMENTS fteVlsed 9I30f2021 Fort Worth Nature Genter & Refuge Boardwalk Phase II Ciry Project No. 102320 Otl 47 00 Bid Praposal V4iork4aak.x[sx 40 4� �6 - S CQNTFZACTQRCOMPLCANCE W1TH Wpi2KEliS COMPENSATION LAW Page 1 af 1 1 SECTION OQ 45 Z6 2 CONTRra,CTOR COMALIANCE WITH WORKER'S COMPENSATIDN L1�W 3 4 Pursuant to Texas Labor Code Seetion 406.096(a), as amended, Cantractor certifies that it 5 pro�vides worker's corripensation insuranee coverage far all of its emplayees employed on City 6 Pro�ectNa. 142320. Contractor further certifies that pursuant to Texas Labor Code, Section 7 406_496(h), as amended, it will provide to City i�.s su6contractor's certificates of cqmpliance with 8 worker's campensation co�erage. 4 10 CONTRAC�'OR: ll 12 13 14 15 16 17 IS I9 20 21 The Fain Group, Inc. Campany - �� _ 2500 Grea� Southwest Pkwy Address Fort Worth, Texas 7b 106 City/Sta#e/Zip By: I.,arry' Frazier ,�.,.� �'lease Print) r' � Signature: .+� �' i_ �` TitIe: President (�'le�e Fz�nt) 22 THE STATE OF TEXAS 23 24 25 26 27 28 29 3{3 31 32 33 34 35 35 37 COUNTY �F TARR.4NT BEFORE ME, the undersigned autkzoeity, on this day personally appeared Lar Frazier known to me to be t�e persan whase name is subscribed to the foregoing instrument, and acknowledged to rne that he/she exeeuted the same as the ac# and deed of President for the purposes and consideratian therein exPressed and in the capacity therein stated, GIVEN UNDER MY HAND AND SEAL OF OFFIC� this 2nd day of june , �.p 2� � �F - � � � r.t� - � . Notary Public in ar►d for the State of Texas 3S ,��a''+`u IffilSiiTREES 39 END O�' SECTION z ¢ Hotary ID #124437334 �9�w My Cammission Ezpires re� t�`r April 15, 2023 �o - GTY qF FQRT WORTH Forc Worth Nature Center & Refuge Boardwalk Phase CI STANDARD CQNSTRIlC1'ION SPECTFICATION DOCUMEN�'S Gity ProjeckNa. 142320 Revised Juty i, 2011 D04540-1 Susiness �quity drdinance Spacificauons Pa�e 1 of 3 1 SECTION 00 4� 40 2 Business Equity Goal 4 A.P�LXCATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Busi�ess Equity Firm refers io cer[�£'ied Minority-, and/or Women-, or�vned Business Enterprises 7 (M/WBEs), 9 POLICY STATEMENT IO It zs the policy of the City af Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procure:ment of a11 goods and servicas. All requirements and regulations 12 stated in the City's Business E.qurty 4rdinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 13 2020 (codified at: htt s://codelibra .am1e al.comJcodeslftworth/la#esfiJftwojth tx/D-0-0-22593 apply to 14 this bid. 15 16 17 IS 19 20 21 22 23 24 25 26 27 28 SUSINESS EQL?�TY PROJECT GOAL The City's Business Equity goal on this project is 18% of the total bid va3ue of the cantract (Base bid applies to Parks and Corremunity Serviees). METHODS T� COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equit� Ordinance by fneeting or exceeding the above stated gaal ar atherwise eomply with the ordinance through one of the following methods: 1. Cammerciafiy nsefnl services performed by a Business Equity prime cont�ractor, �. Business Equity su�contracting participation, 3. Conrxbination af Rusiness Equi#y prime services an.d Business Equity snbcontracting participation, A. Bttsiness Equiiy Joint Venture/MenEor-Profege participation, 5. Gaad Faith Eff.ort documentatioz�, ar 6. Prime contractor Waiver doeumentation. 29 SUBMITTAL OF REQUYRED DOCUMENTATION 30 Applicabl� dacuments (listed below) musY be received by the Purchasing Division, OR the offeror shall 3l EMAIL the Business Equity documeniataon to the assigned City af Fort Warth ProJect Manager or 32 Department Designee. Documents are to be received no later than 2:00 p.m., on the third Cit� 33 business day a�ter th� bid apening date, exclusive of the bid apening date. 34 35 The Offerar must submit one or mor� of the following dacurnents: 36 1. Utilization Form and Letter(sj of �ntent, if the goal is met or exceeded; 37 2. Good Faiih Effort Form and Utilizatian Farm, including supporting documentation, if 38 participation is less thar� stateci goal, or no Busir�ess Equity paziicipation is accomplished; 39 3. Prime Contractor Waiver Form, incIuding supporting documentation, if the Offeror will perfarm 40 ali subcantractinglsupplier opportunities; or 4l 4. �oint Venture/Mentor-Protege Form, if goal is maY or exceeded with a Joint Venture or Mentor- 42 Protege participation. 43 44 These forms can be fonnd at: 45 Business Equiiy Utilization Form and Leiter of Intent 46 https://a�ps.fortworYhtexas.�ov/ProjectResources/ResaurcesPl60%24- 47 %20MWB�/NEW%20Business%o20Eqttity%2dOrdi�ance/B�.isiness°lo20Equitv°/a20Utilization%20Form. 48 �df CITY OF' FORT WORTH Forf Worth Nature Center & Bpardwalk Phase II STANDARI] CO[�TSTRUCTIDN S.PECIFICATION DOCUIv1EDfTS City Praject Na. 102320 Revised Octaber 27, 2021 00 45 40 - 2 Business Equity Ordinance 5pecifications Page 2 of 3 2 Letter of Intent 3 htt s:lla s.for�wat-thtexas. ov/Pt°o'ectResources/ResourcesP/60 - MWBEINEW Business E ui 4 Ordiilance/Letter of Intent-2021.pdf 5 6 Business Equity Good Faith Effort Form 7 https://apps.fortwortl�texas.gov/ProjectResoLirceslResourcesP/60%20- 8 %20MWBEMEW%20Business%20E uit °/a200rdinance/B�isiness%2DE ui °1n20GoQd%20Faith%2QEf 9 fort%20Form.pdf io 11 12 13 14 15 16 17 18 19 20 21 2�, 23 24 25 26 27 28 29 30 3I 32 33 34 Business Equity Prime Contractor Waiver Form https :l/ap�s.fo�'twarth�exas. �ov/Proj ectRes o�.�rces/ResourcesP/60 %20� %20MWB E/NEW%20Business%20Equity%200rdi n ance/Business%20Equity°/a2pPz•ime%2 QContractor %20 Waiver, p.d f Business Equity Joint Venture Form htt�s;/fapps.fortwortl�texas. o�IProjectResources/ResourcesP160%20- %20M WBEINEW%208usiness%20Equity%200rdinance/Busi»ess%20Et�uity%2QJoii�t%20V�nture.pdf �'AIL,URE TO ACHIEVE THE GOAL OR �THERWISE COIV�LY WL'I'$ "I'HE ORDINANCE WILL RESULT IN THE BIDDER/O�FEROR ��iNG D�CI.AR�D NON-RESPONSIVE AND THE �ID REJECTED. FAILiTRE TO SUBMIT TH� RE UIRED BUSIN�SS E UTY DOCUMENTATIDN OR OTH�RWIS� COMPI.�Y WITH TH� ORDINANCE WILL RESULT IN TI3� BID r3�ING D�CLAR�D NON- RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN S�C. 20-373 OF THE ORDINANCE. For Questians, Please ContAct The Bnsiness Equify Division of the Department of Diversity and �nelnsian at (817} 392-2674. END OF SECTION G1TY OF FORT WDATH ForY Worth Na#ure Center & 13oardwalk Phase Il STAI�DARD CDNSTRUCTION SPECLFICATIOI�] IIOCUN[ENTS CiTy Project Na. f02320 Reviscd October 27, 2021 B2Gnnw ca�r o� FOR�rw�R�� Op4540-3 Buainess Equiry drdinance Specifications P�ge �3of3 �� �Ii��7 C� �Vl � Ll�1�1 � � Nl � � O Ro��l � �1 IVI i�ls ��R� �IIIJ��' �� �17�#�H�� �� iF�� R�U`Tl�� "i�l � C" ���`��� 1..�1111 LD����iYV�ENT A�I� �I�'Y ��NAC�� ����OVA� io: Department Project Manager ��om: Office of Business �quity ��t�; June 8, 2022 I� ihe Amoun� of: �2,3�6,402� 102320 ppElPraJect No. � �r�j��t/�i�: Forfi Wo�th Nature Center and Refuge Boardwalk Phase 2 1. Complianc� �►ri�h �he Ci�yy`� �u�in��� �qui�y Ordinan�� h�� be�n �ch«��d by �he �ofloe�in� metha�: The Fau�. Group, Inc. is in comp�iance with the City`s Business Equity Ordinanee by committing to �% Business Equ�ty participation and documenting good faith effort. The Fain Group, Inc. identified several subco�tracting and supplier opportunities. However, the firms contacted in �he areas identified did not respond or did not submit the lowest bids. The City's Business Equity goal for this project is 1 S°/a. CITY OF FORT WORTH STANDARD CONSTRUCTIQN SPECIFICATIdN DOCUMEFVTS Revisad Augus! 13, 2021 Fort Worth Nature Center & Rafuge Boardwalk Phase Ii City Project Na.102320 005243-I A�reament Page 1 af 6 SECTION 40 52 43 AGREEMENT THTS AGR�EMENT, authorized on, 6 28 22, is mads by and between tha City of Fart Worth, a Texas hame nale municipalrty, acting by .xand. through its duly autharized City Manager, {"City'�,and The Fain Group, Inc., autharized ta do business in T�xas, acting by and through its duly suthorized represetttative,{"Contractor"). City and Cantractor may jointly he referred to as Parties, City and Contractor, in cansideration of the mutual covenants hereinafter set forth, agree as follows; Articie 1. WORK Contractor shall complete al] Work as specified ar indicated in the Contract Docurnettts for the Froject identified herein, Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as foflaws; Fort Worth Nature Center &. Refu e Baardwalk Phase II Gitv �roiect No. 10232Q Article 3. CONTI2ACT PRTCE City a�rees to pay Confractor for perfarmance of the Work in accordattce with the Contraot Docu�rients an amount, in current funds, of two miliion three hundred eighty six thousand four hundred two dollars and ten cen#s {$2,386,402.10}, Contract price may be adjusted by chan�e orders d�ly authorized by the Par�ies. Arficle 4. CONTRACT TrME 4.1 Fin�l Acceptance. Ttae Work shall be complete for Final Acceptance v�ithin 27U days after the da#e when the Con�ract Time commences to run, as prqvided in Faragraph 2.02 of the General Conditions, pIus any extension thereof allawed in accordanae with Artici� 12 of the General Conditions, 4.2 Liquidated Darnages Contrac#or recognizas that trrne is of fhe essence for completion of Milestones, if any, and to achieve Final Acceptanee of the Work and City and the public will suffer from Ioss of use if the Work is noY eotnpleted within the time{s) specifed in Paragraph 4.1 above. The Contractor aiso recognizes #he delays, expense and difficultias invol�ed in pro�ing in a l�ga] proeeeding, #he actual loss suffered by the Gity if the Work is not completed on time. Accardiragly, instead of requiring any such proaf, Contractor agrees that as liquidated damages for delay (hut not as a penalty), Confractar shall pay City Six- Hundred and Fif[y Dollars ($650.00) for each day that expires after the #ime spacifiad in �aragraph 4.1 for Final Acceptance until the City issuas the Final Letter af Acceptance. i CITY pF k'ORT WQRTIi Fort WoRh ]�oture Center 8c Refuge Bosrdwalk Phase II STANDARiJ CONSTRUCTIOPI SPECIFICATION AQC[7MENTS City ProjectNo, 10232p Revised ! 11231202] U05243-2 Agreement Pago 2 of 6 �r���� s. CONTRACT D�CUN�N�'"� 5.1 CONT�NTB: A. The Contract Doc�menks which comprise the en�ire agreem.ant �etrvean City and Cnz�t�aator concerning the Wark e�nsist af the foilowing: l. This Agreement. 2. Attach�nen#s ta this Agre�m�nt: e. Bid Fc�rm 1) Proposal Foriri 2} Vendor Compliance tn State Law No� Resident Sidder 3) Preguali�cation Statement 4) State anci Federal dacuments {project spectfca) b. C�rrent Prevailing Wage Rate Tab1e c. I�nsuR�ance AC�RD Form(s) d. Payment Bond e. T'erformance Bo:nd �. Maintenance Bond g. Power of At�orney fo�• #he Bonds 1�. Worker's Cornpensatian Aff'ida�it i. MBE and/or SBE U�ilizationForm 3. Genaral Canditions, �4. Suppiementary Conditions. 5, Sgecificatioris speci�cally made a part of �he Cantract Documents hy at�ac�un�nt or, if :not attaehed, as i�corpoa�ated by refe�•ence and described in the T`able of Cv�tents oftUe ProjeCt's Canfract Docurnents. b. Dxawings, 7. Addenda. 8. Dncurr�entation su�mitted by Can.tractpr prior to Natiee of Award, 9. The fo�lpwing which may be delivared or issued after the Ef%ctive �7ats of the A�reament and, ii issued, F�ecotr�e an incorporated part af the Contract Documents: a. Notice to Proceed. b. �ield Orders. c. Change Qrders. d. LeL�er of Final AcceptazAc�, Article 6. INDE�N�FXCATxON G,1 Contractor cavenar�#s €�nd agrees to ir�demni.fy, hold h�rnaless and defend, at its ovvn eapeuse, tb.e city, i#s officers, servants and emp3oyces, #Yc�m an� aga��ns# a�ty anr3 all clai�ns arisin�� ou# of, or alleg�d t� arise nut of, the �vork and services to be perfQxmsd by fhe �ontractor, its o�£'�cers, aget�ts, e�npioyees, subco�tracta�rs, �xc�nses or i�vitees und�r this contract. This indecnt�i%catian€ pxovision is specii�callY iutended to aperate a�d be e�fective $ven �f it is alle�ed orr pror�en tha# all or some of_the_dnm_ a�es bein� sou�ht wer� cuused 'ft� �vhale or in »art, �v anv act, o�nissfan or x�e�li�ence a� the citv, This indemuity prnvisicsn is intet�ded tb i�tcl�¢de, without limi#atioa, .indemnity fo�r costs, expe�scs and legaI fees incurred by fl�e city fn defending against suck� claims a�td CRli3@S 0� AC�IQB9. CI'i]' OF POItT Wi]�TFI Cort Warth i�ahere Center & Refuge Boardwalk Phasa II STANDARD CONSTRiJCT[ON SPSClF1CATIOl�f DO�TJIviENTS Cfty PtojeckNo. l02320 Revisecl 11h312021 00524�-3 Agreement Pt��e 3 of6 6.2 Co�utractor cavena�nta and agrees to indemniiy And hoid haR-tnless, �t its awn e�pense, the city, iks nffic�rs, serv��ts and employees, from and agai�st any anti ali l�ss, dama�e ur des#ructfon c�f praperly o.� tka city, arisi�g out of, or alleged to �!rr`se out af, t�e ►vorle a�nd servic�s tp he perfarmed by the contractar, its of�"icers, agen[s, employees, subeanfractors, Iicensce� or in�iiees under this copirac� This indemnifi tian arovisim� is s e�ificall intended to o erafiee and be effective ev�n if it is alle ed ar �arove� that all c�r so�e o#'tf�e d�axa�es bein� s�aught w�re ca�yseti, in vvhole or i� �aart b an uct ot�issic��€ Qr n li enc� of the ci . A�tic�e 7, NIISC�LLAN�OUS 7.1 Terms, Terms itsed in this Agreement which are def►ned in Ai�tia9e 1 0� tlae General Conditians will have the meanings indieated in #he General Cond'€tions, 7.2 � Assignment of Cc�ntract. This Agreamen�, including all of the Contract Aocuments nzay not be assigned by �e Contractor without th� �dvatxced express written consent of the City. 7.3 Successors and Assigns, �ity and Contractar each bi�ds itsel% iis gartners, �uceessors, assi�ns and iegal represantatl�es to the other party hereto, in respacf fo all covenants, agreements an,d obligations contained in the Contract Dqcuments, 7.4 SeverabilitylNon-Vilaiver of Claiu►�s, Any pra�isian or p�t of the Cont�•act Doaumen#s held io be unconstitutionat, vaid +or ��tenfarc�able by a cvtlrt nf competent jurisdiction shall be deemed stricken, and a11 remaining provisions shall con�inue to be val�d and bizzding upan City and Contractar. The failure of City or C�ntracior to insist upon the perfarmance ai any term or provision of this Agr�:ement or ta exercise �ny right granied herein shall not aonsfitu#e a waiver af City's or Contractar's resgec�ive right to insist upon approprIate pet-farman.ae ar ta assert any such right on any future ocaasion, 7.S GQverriing Law and Venue. Thia Agreement, including all of tke Contr�ct Documents is performab�e in the S�ate af Tex�s, Venu� shall be Tarrant Couniy, Texas, or the United 5tafes District Court for the Northet�n Dis�rlct a�Texas, Fort Worth Divisian. 7.6 Authori�y to Sign. Con�ractor shall attach evida,nce of authprity to sign Agreez�zent if signed hy so�neone other than the duly authorized sigz�ato�y of the Contractor, 7.7 Nan-apprapriaf�ion of Funds. In the e�ven,t �zq funds az• insuf'�ci��# �un.ds �re app�c�priated by City in any �isc�l period for any payme�,ts due hereunder, Csty will notify Vendar of suek� occu��rence and th.is Agre�tnent sha11 te3�minate �n tha last day of the ftsca! period �pr which appropriations were receivec! withaut penalty or expense to City of any kind wh�tsaever, axeept as to the portions of tha payments herein agre�d upon far vvhtch funds have b�en appropriated. CTTY �F FORT WbRT1I Fort Worlh Neture Center & t�aiu�e Haardt�tnik i'I�ase [I STANBAItr] CONSTitUCTION SPECIFICA'I'�07�f DOC[IMfiNTS Cii:y FrojecE'[Qo, ]02320 ReVlstld ll/23f202t 0o sa 43 - a Agreemant Page 4 af 6 7,8 Prohibifion On Contracts Wiih Companles Bvycatting Isracl. Contraator, unless a sale proprietox, acknawledges that in accorc3atxce wzth Chapter 2271 of the Texas Govertunent Coda, if Coniraotor has 10 or more full time,emplay�es attd tl�e cankracf value is $1QO,OOp or more, the C.ity is prohibited from entering into a contract wifh a conr�pany fax gnads nr services unless the cantract cantains a vrritien verification fram. tiae catnpany that it: (i) does not boycott Israel; and (2} wili nat boyaot# Israel c�uring the term of the contract, The tertn.s "boycott Israel" and "company" shall have th.e meanings ascribed io those terms in Section 8Q8.001 vf the Texas Governr�rlent Code. Sy signing this con#ract, Contracto�r cet�ifies that Co�ttractor's signature provides �viritten veri�icativa ta the City #hat if Chaptex 2271, Te�as Go�ernment Code a.pplies, Coniractor: {1) does not boycott Zsrael, and (2j will nof boycotf Israel d�ring t€�e teXm af tt�e canttact. 7.9 Px4l�ihitIon on Boycoiting Ene��gy Companies. Cantraatar acicaowtedgas tlaat in acaordance with Chapt$r 2274 af the Texas Ciovernrnent Cade-(as added by Acts 2021, 87ih Leg., R.S., S.B. 13, § 2j, the City is prohibited �rom enter'tn� into a contraat �n�^ goads ox services that has a value of $100,000 or more, which will be paid wholly or partly frntt� pnblia �unds of khe City, with a company (with 1 p or more fitll�time e�n.�loyees} unless the contract con#ains a written ver�fication from the cnmpany ti�at it; (1) does nat boycott ene��gy eotnpan�esa and (2) will not bvycatfi ener�,y com.pani�s during #�e tenn of the oo�stract. The te;rtz�s "baycott e�iergy aampany„ �nd "company" h�ve the meanit�g ascribed to tt►os� terms by Chapter 2274 af tYta Texas Govet�znent Code (as added by Acts 2021, 87th Leg., R.S., �,B. 1�, § 2). To the e�tent that Claapter �2'7�4 of #h� Gover�ement Code is app�ic�ble to Ehis Agreement, by signing #i�is Agree�ent, Cnntractor cert�cs il��t Contract�r'a sig�tature provides written verifics�tion to the Ciiy t�at Contt^actor: (1} does not boycott ener�y com�anies; and (2) wnll no# hoycaEt energy r.cc�mpanies duri�ng the term of tliis AgreernenE. 7.lil Prnhibition o�nDiscriminatiot� Against �it�ear�n az�d 1�mttni�ipn ir�dush'ies. Cant�aatox acic�nowledges that excep# as otharwise pra�ided by Chapter 2274 of the Taxas Govemmeni Cade {as added i�y Acts 2�21, �7th Leg., R.S., S,�i. 19, § 1}, the City is prohibited from entering irno a contract far goods or services that �as a value o� $104,Oi30 or more which wi11 be paid whally ar partly fra�n public iunds of the City, with a campany (with 10 or tnore fi�ll-time emplayees) ux►less the contr�ct eontait�s a written v�riftcation from the anmpany fhat i� (l) does not have a practic�, policy, guidance, or tiirecfive that disorirninates against a firearm entity or f'treartn trade ass�ciatso�t; and (2) wi!! not disatirz�xnate during the tsz� af ihe contract against a�reaz�tz� entity or fir�ar�m trade ASSOCIA'�iQll. �1£ t0iIl15 "{�1S�CIlIIlSl�i��u afli'�ACI?l CIl'�1�" ailC� "�1'Ba:t'IIl �i'$C�� aS50C11�fQlla hava the meaning ascribed to those tezms hy Chapfier 227A af the Texas Govertzt�ent Code {as added by Acts 202I, $7th Leg., R.S., S.H. 19, § 1). To the extaz�t th�t C�aapter �274 o� the Government Cac3e is applicabic to tE�rs Agreement, by signi�xg t�iis A�ree�ent, Contracto�� certif�es that ContrTctor's signafu�'e p�rovides r�vritten vexiiicai�an to the City ��tat Cantrac#or; (1) does not have � pructice, �alicy, gu�dance, or directi�e that discriminates �gain�st a firearm entity or firearm trade assac�atinn; and (2) vv�ll nat discrim�nate agaiust a�irear�n entif� or �i�rearm trade assnciatian duriazg fhe terrn o� this Agreetnent. CITY OF FORT WORTH Fart W orth Nature Center & RefGgc Bo¢rdwaik Phase il STANDATtD COI+I5Ti2C7CT[Ol�i SFECi[�[Cfs,'fIQN �aCU3V1ENTb City Prvject i�io. i02720 �tevised 31123f2�21 065243-5 Agrcement Psge S ofG 7.11 Ttramigration Nationality Aet, Contractor shall verify �he id�ntity aztd �:mplayment eligibility o£ its amployees who perior�n woxk ut�der this A�reatr�ent, inaludin� �ornpleiing the E�npioynneilt Eiigibility Veriftcation Farm (i-9}. Upon request by Cify, Cor�fractor shall pxovide Cif:y v;�ith cop�es of all I-4 forms and s�ppvrting eligibitity documcntation far each �rnploye� w�io performs work under this Agz'ee3tnent. Cot�tractor shall adhete to alE Fedaral and State laws as well as establish apprapriate pxaceduras and controls so that no services wiT1 he performed by any Cont��acxox em.playee who ia not ]egally eligibie t� perForm such services. CQNTRACTC]R SHALL YNI]EN.�NX�Y CITY AND HOLD C�TY H'ARML�SS �ROM AN'i' P�NALTY�S, LYABiL�TiES, QR L�SSES DIIE TO VIOLAT�4NS Dr THIS PARAGRAPH BY CONTRACTOR, �01�iTRACTOR'S EMPLOYE�S, Si]BCONT�iA.CTO�S, AGENTS, UR L�CENSE�S. City, upon written notice to Contractor, shall have the right to �nediately terminate this Agreement for violations ai ��.is provision by Cont,ractior. 7.12 No T1�ixd-Parfy B�nc�aiaries. '1`�is Agreement giv�s na �igh�s ar b�nef ts to anyone other than the City and the Cantractar and ther� axe nn fihird-�arCy beneficiaries. 7.1.3� Nn Cause c�f Action Against Engineer, Contxaator, iis subcantractors and equipment arsd materi�ls st�ppliers on the FROJECT or their sureties, s1�all maintain no direci action against th� �ngineer, its c�fFicers, employees, .and subcontractors; for any claim arising aut of, in cannection with, ar resulfing from tl�� erlgineering se�vices perfortned, Qnly fihe Ci� vvzl] be #lae beneficiary of any undertaking by the Eng�ne�r. The pz-esenae or duties of th� Engineer's personne� at a aanstructian site, whetl�er as pn-si�e representatives or otherwise, do not ma�ce tlke ��gineer or its p�xsonnel in any way responsibl� for those duties that belong to the City and/or the Ciiy's constt'uctian con�iracfiors or other entities, and do not relieve #he construction c�nt3�aeto�•s or any oiher entity pf thei�' obtigatians, duties, ar�d responsibilfties, ineluding, but not limi�ed ta, all constructipn amethads, means, ieahniques, saquences, and pr+�cedures necess�ty for aoardinating and campleting aII porfions of the canstru�tion work in accordance with the Contract I7ocu�nents and any h�alth or safety pr�caUtians required by such construcfiota work. The Engineer and its personnel have no autharity to exercise any conirol aver any canstructio� contractQx' oT other etlttty or thaiT enf►ployees in conneC�lon WiEh fhEix Wn1�k ot az�y �.salfh nx sa%ty precautiot�s. C1TX OF PS]R.T WO;tTH Fort Worth Nature Center & itefuge Banrdwalk PhAse II STANDARI} CQNSTRUCTION SPECiFFCATION DOCUIvIENTS Gity ProJect Na. ! 0232fl itavised I lYi3fZ021 U0529�-6 Agrecmeat i'ege 6 aF6 IN WI'1'NESS WHEREOF, City and Contraator ha�e each executed this Agreement to be effective as af the date subscribed by khe City's designated Assistant City Manager ("�ffective Date"}, contrackor: The Fain Gt'oup, lnc, �y; Ig€��.f re Larry Frazier (Printed N.ame} President Title 25QQ Great 5outhwest Pkwy Address � _Fnt��C11.o�t�Y..IX.7�1.Q � Cityl�tate/Zip 7122i22 Date City o�Fart Worth Sy, 4alenc�lVashing+.an;.3u4 Y�7, zG:2.5:4n s:pTj Valeri� �t. Washington � Assistant City Manager .ful z7, 2D22 IIate Attest; � 7���ett� c�' OOGf�CG �annrite 5. Gcroda!I (Ju11T, 242315:59 COl� .�annette Goodall, (seal} Secretary ��V�,�, ��:��; ;��� � ;.�R,�'�`" ' `,,� � � � ` �`� � f ���� �y °� �'; � 4, ' �����s' � MBcC; 22-0473 Date: 06/2812q22 Fann 1295 No,; 2022-89524G Contract Compliance Manager: By signing, I acknowledge that I am the person responsibla f'nr the monitoring and administration flf this eontract, including ensuring all perfarmance and regorting requirements. ��� � 7'onda Rice Prr�fecf Manager Approved as tca Form and Legality: � i:�si&�k ��u�-<'t ioazia uaw=i -- �Douglas W. �lack Sr. Assistant City Attorney �. AP�ROVAL RECOA�ND�D: �» �� -- - i3av� Lewis, Interim Direcmr Par�C Bc Recreation Department CiTY QF FdRT WbRTH far� Wartl� N�ture Centdr9m[�a� + iw� :�f�@� i STAIVDAi�D CONSTR11CiION SPECIFICATE(]N DQC[iMENTS -- c�'.E��ccc�"vv. tuts.t Revi9ed i 1I2312421 _ . T- - � iN1F'DFiiANi NOiICE sr�,�r� v� ��xA� C�M�LAl1VT F�RaGE�)UR�S �. �M�oRra�� n�oT�c� To obiain information or make a c�m�laint: 2. You may contaet yaur ageni, a�isa iMPo�ran��� Para obtener informaeion a para som�ter una queja: Fuede camunicarse con su (tiile) al {t�lephone number). 3, Yau may call Westfiefd In�urance Campany, INestf€eld National Insuranee CpI11F3�t7]Ir artdlor phi� Farmers Irtsurance Company's tqll-free tefephone number far information ar to make a com.plaint at: 9-SQA-�43-Q210 4. Yo� may also write io Westfield Insurance Campany, We�tfield Natinnal ins.urance Company, an�Elor t7hio �armers insurance Company a#: Atfn: Bvnd Claims Or�e Park Circle P 0 8ox 5401 Westfield C�nter, OH 442�4-54�1 Fax #330-88'i-0840 �. You rnay canfact the Texas k]��ar�ment ofi Insurance io obtain information on companies, caverages, ri.gh�s or complaints at: 'I •80�-252-3439 �, You may write to fh� Taxas Reparf�nent of Ins�rance, Gonsumer Protection 5ecfion {MC 191-1A): P.O. BQx 149091 Austin, TX 7$714-9Q9� Fax: (612) 490-'!O(}� Web: www.tdi.texas,gov �-rr�ai�: ConSumerRratectiai� #di.texas. ov i. RREMfi1M C7R CLAIM []ISPUi�S: Shauld you have a dispute concerning yaur premium nr about a ciaim, y�u shou[d cor�Eaci #he agent, Wes#fiefd ]nsurance Company, Westfi�ld IUationa] Insurane� Campa�y, or bhio �armers insuranee Gampany first. if th� disp�te is n�t resvlved, you may eontact the 7exas �epartmer�f of Insurance. 8. A7TACH TH[S NOTICE YO Yp�JR ROLICY: This natice is for informatio� only and does not becom� a part gr condifion of the aftached docurnent. Usted puede Ilamar af numero de telefono graEis de Westfield Insurance Company, W�stFfetd Nattonal Insurance Company, andlor �hio Farrr��rs Insurar�ce Campany's para informacion €� para someter una queja al: 1-8t10-243-0210 Usted tambien puede escribir a Westffeld insuranc� Corripany, Westf[eld Na�ional Insurance Campany, andlor Ohio Farm�rs Insurance Company: Attn: 8ond Claims On� Park Circle P O Box �001 V1lestfield C�nier, Ohl 44��9�5L1Q1 �ax #33ti-8$'�-0840 Puede �omunicarse con �I Departamento cEe SeQ�ros de Texas para obtener inforrnacion �cerca de campanies, cobert�ras, derechos o quejas al: ') -S 0 (i-252-3439 Puede eseri�ir ai Depar�amenta de S�guros de Texas, Cansurr►�r Proteciion 5ection (MC ��11-'lA}; P.O. 8ox 'I�-9q9'1 Austin, Tx 78714-9(}91 F'ax: (5'[ 2) 4�0-1 QQ7 We�: www.tdi,texas.go� E-maii; ConsumerProtection tdi.t�x�s, ov �15PUTAS SQ�RE pRIMAS O R�CE.AMOS: Si tiene s�na disp�a concerniente a su prima o a un reclamo, debe comur�icarse con el agen#e, Westfield fnsurance Company, W�stfi�ld National Insurance Company, o �hifl �armsrs Ensurance Company primero. S[ no se resu�l��: fa disputa, puede enfonces comunicarse con el departamento (TDl). �1�d� �STE �VISQ A SU PO�.1ZA: Este aviso es salo para proposito de inforrn�cion y na se con�i�:rte en part� o condicion d�:l clocumento adjunto. BD5430 (06-15) 00 61 13 - i PERFORMANCE BOND Page 1 of2 I 2 3 4 5 6 7 SECTION 00 61 13 PERFORMANCE BOND THE STATE O�' TEXAS COUNTY OF TARRANT § § KNOW ALL BY THESE PRESENTS: § 8 That we, Tk�e Fain Grou Tnc known as 9 "Prin.cipal" herein and Westfieid Insurance Com an , a corporate f 0 surety(sureties, if more than ane) dujy authorized to do business in the State of Texas, known as L 1 "Surety" herein (whether one or mor�), are held and frmly bound unto the City of Fort Worth, a 12 13 rr�unicipal corparation created�ursuant to the laws af Texas, knov,+n as "City" herein, in the penal Twa Mill�on Threa FIundre EiQhiy Six Tho.usand g� pf� Four Hundrad Two Dollars and 101100's DOlI&C'5 14 ($ 2,386,402. S 0 �, lawful money of the iTnited States, to he paid in Fort Worth, 15 Tarrarjt County, Texas for the payment ofwhich sum well and truly to be made, �tve bind 1b aurse��es, our heirs, executar.s, administrators, successors and assigns, jointly and severally, 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 %m1y by these pres�nts. WHEREAS, the Principal has entered into a certain written contract �vith the City awarded t�e 28� day of _ Ju�� , 20� whick� Contract is her�by referred to and made a part �ereof for a!l purposes as if fully set farth herein, to furnish a11 materials, equipment labar and other accessories defned by iaw, 1n the pros�cution of the Worlc, including any Change Orders, as p�'ovided fat' in said Gontr�act d�signated as Fort WarthNature Center, City Projeet No. 102320. NOW, THEREFORE, the condition af this obligation is such that if the said Principal shall faithfully pe��orm it obligatians under the Contract and shalS in all respects duly anti faithfully perfbt�rn the Woric, including Claange O��ders, under Yhe Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension af the Cnntract that may be granted on the part of the Ci#y, then this obligation s�all be and become null and void, otherwise ta remaita in full force and effect. PROVIDED FURTHER, that if any legal action be fled on thjs Bond, venue shall 1ie in Tarrant County, Texas or the United States District Caurt far tl�e No�thern District of Texas, Fort 32 Worth DivisiQn. C1TY OP FDRT WO{tTH Fort Worth Nature Center & ReE'uge BoardwAlk Ph�se II 5TANDARD CONSTRUCTIOt�I SPECLFICATiON DOCiIMENTS Ciiy ProjectNo. ]02320 Revised 7uky l, 201 L � on6i i3-z PERFORMANCE a?'pNp Page 2 uf 2 I T�is band is m�ade and executed ira compliance with the pravisions of Chapter 2253 of the 2 Taxas Government Code, as amended, anc� a[I liabili#ies on this bond shall be determined in 3 accordance vvith the p�•avisians of said statue. 4 IN WITH�SS WH�R�O�, the Principal and #he Surety have S1GT�IED and SEALED 5 this instrument 6y duly authorized agents and offce�s on this tf�e � .,.day af Ju-ne � ,202� 7 s 9 l0 ]l 12 i3 l4 �s 16 17 18 t� 20 2l 22 23 24 25 26 27 7g 29 30 31 32 33 34 35 :�G 37 38 39 a�a 41 42 43 44 45 ATTEST: ( tnc: al) Se efary ���{�i"�1 � L��-a'�i�.�� i ��- • Witness as ta Principal �.�.�., Witness ta 5urety -h�hm'r-�air�l�, Hond Account Manager PRINCIPAL: The Fain Group, Inc BY; Siat ....��.�___..�.._.�..�._...._. -m-���R�f _� —,�1-�► � - �lam� and '1 it[e Adcfress: P 0 B�iC 'I6�i3Q$ wo.r.t... o�th T�X..,7.��.�1.�.�... SLIRETY: Westfield Insurance�_Corr� an , — Bi�. � + � � _.. _ ...� � ..........:.. ..�.___-- -�-��.�.....�.._....._� 9�gnature Mistie BecE�, Attorne -in-Fact Name and Title � Aadress: 2255 Rid�e R�ad� Ste 333 �4�iSW�. �i� ��Q$�.� Telephone Numl��r: 972.772.7220 *Note: If signed by an of�cer of the Surety Company, there must 6e on file a ee��tified extract frnm tE1e by-laws showing that this person has autho�•ity to sign such obligation, [f Surety's ptiysical address is different feam its mailir�g address, bath tnust be pro�ided. The dat� of khe bond shall not be p��ior to the da#e t�e Co��#ract is awardeci, CITY Of f�ORT WORTf i Forl Worth Nature Center & ReFiige Boar�Eu�alk Pli�se II STANpARD CONST2UC7'ION SI'ECIFICATIQN DOCUMENTS Ciry Pfajec[Na. 1Q232fl R�v�ised,luly 1,2011 OOb114-1 PAYMLNi �OND Pttge I af2 � 2 3 4 5 G 7 THE STATE OF TEXAS COIJNTY (3F TARRANT sECT�orr o0 6� �a PAYMENT BOND #237700W � § KNOW ALL SY TH�S� PR�S�NT5: � 8 That we, The Fain Grou Inc _.._ known as 9 �{�rincipal" herein, and Westfieid Insurance Com an , a 10 coiporate surety {suraties), duly authoriz�d to do business in the State of Taxas, knawn as Il 12 13 34 iS IG 17 18 i9 2a z� 22 23 2�E 25 2G 27 2$ 29 30 31 "Su�'�ty" 1�erein (wlletf�er one a� more), are held and firmly bound unto the City af For# Woith, a municipal corpo�•ation created pursuant to the laws af the State nf Texas, known as "City" h�rein, Twa MiAian Thcee Hundred Elghiy Sfx Thousand in the penal su�n of Faur Hundred Two Dolfars and 191100's Dof lai•s ($ 2 386 402.10 , IawfW money of the Unifed States, to be �aid in Fo�'t Worth, Tarrant Cocmty, Texas, %r the payment of which sum well and truly be made, we bind oursel�es, aur hei�•s, executqrs, admitlistrators, successors and assigns, jointly a�id severally, firmly by thes� presents: WHEREAS, Principal has entei•ed into a cerEain wi•itten Cantract wit�} City, awarded the 28 dav of .Tune „�,,, _, 20 22 which Contract is hereby referred to and made a part hereof far all p►�rpases as if fiilly set forth herein, ko furnish all mate�'iais, eqi�ipmenf, labor a��d otl�er accessories as defined by law, in #]j� p�•osecution of the 1Uork as pravided far in said Contract and designated as Fart Worth Nat��re �ertte�', City PrQjeck Na. 10232�. �u,j��rih Nature Cent�r�Ii�fu,gc Aaa[dsxal.&_P.h�l NOVV, THEREFORE, THE CONDITlON OF TH15 OBLIGATION is such that if P�•incipal shall pay all inan'tes owi�ig to any (and ail) payment bond beneficiaEy (as defined in Chaptee 2253 af the Texas Gave�•nment Code, as amended) in the prosecution of the Wor[c unde�• tl�e Contract, then this obligation sl�ail be and become null and void; otherwise to remain in full fo�•ce and effeck. "f'his band is made and executed in compliance with the provisions of Chapter 2253 of th� Texas Government Cocie, as an3ended, and a!I iiabilities on this band shall be deterntiined in accordance with the pro�isians of said statute. CITY OF Ft1[iT WORTH For! Wartft ]r[�ture Center & Refuge �oardwulk Piinse Il S7'ANDARI3 CONSTRL1CT10N SP�C1F{CATIQN �DCUMENTS Cij� ProjectNo. 102320 Revised .Eu{y 1, 261 I I ODbI 19-2 MAINTGhfANCE [30ND Page 2 of 3 � 2 3 4 5 G NC3W THERE�'O.RE, the condition of this obligation is such that ii ]'ri�o€pal sl�a[[ rerrtedy any defeciive Work, for w]�icl� tirnely notice was provided by City, ta a catnpletion satisfactoay to fhe City, then tltis oUligation shall €�ecome null and �oid; a[hex�vvise #o remain in full force a��d e�'fsct. 7 PROV1llED, HOWE'VER, if Principal sitall fail so to repair o�� rec�nst��act any tim�ly 8 naticed defective Wor[c, rt is agr�ed #hai the City n�ay cause ar�y and aIl sucll defecfive Work ta 9 be re�aired andlor recanstructed witl� all assac.iated c�sts thc�reaf being bo��ne by the Pi�incipal aad 10 the Su��ety under this MainYenance bond; and ll I2 t3 14 15 1.G l7 t8 19 20 PROVID�D FURTH�C.R, tllat ifany lega] actkon be filad on this Ba�as�, venue shall Iie in Tarra��t Coculty, Texas or the UnitecE Stafes Disfrict Court for fhe Nortl�ern Disfrict ofTaxas, Fort Wo��t13 Divrsian; anct PRUVIDED FUR�'H�R, thai this abligatinr� shal] be cantinuous in nature and successive recoveries m�y be �tad hereon for stEccessiva breacl�es. C3TY OF F0.2T WORTI� Fort Worih Naturc Cen�cr & Rei'ugc 13a:trci�v�ik Piiase i[ S'fAIVL1A[iD CQNSTRUCTION SP$C[F1CA'f10N �]OCU�v[ET�7`5 City Arujecl No. 10232U Ravised July [, 201 I OD6119-3 MATNTI;NANC� 130tVD �age 3 of3 1 iN W.ITNESS WI3EREOF, �he Principal and the �ur�#y have each SiGNED and SEALE.D ihis 2 instrur�ent hy duly autl�orized agents and officers on this che �� day of �+,��' 3 _ , 2fl'��', 5 � 7 a 9 xn u i2 �� 3$ ]5 J6 �7 �s 19 20 21 az 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 3� 4Q 4i ATTEST: � �... (1?rinoip ) 5 reta ��� � c� �s�»�.�., �-.. Vllitness as to Piincipal ATTEST: {Surety) Searetary � ��.� Witn s to Surety NluN Rabah, Bond Aeco�nt Manager PR�NCIPAL: The �ain Group, Inc. �- BY: Si na a �� �C1iB� �3���— � Address: P C) Box 1643Q8 FO r# 11�Cc�.�h.3.SX.��'f_�Z1- _ SURETY: �1Ve�tfield Insurance Campa��_ SY. � •,��,. Signature d MIS�IB BEC�C,_Attorney-in-�act � Name and'Citle Address: 225� Ridye Road, Ste 333 ,�3,o�Lcvu�Ii, TX 75[l87 Te�ephone Numiber: 972.772.7220 '�Note: if signed by an afficer of the Surety Company, ther� tnust bc an �le a certif�ed extract fi�am the by-la�vs showing that t1�is peisc�n has authority to sign suc1� obligation. [f Surety's �hysical address is riiffei�ent from its mailing address, both must �e provided, The dt�te of tl�e bond shal! not be �rior to th� date t}�e Contract is awarded. CITY qF �OR'f uVU�iTH Fart Worth NtthErc Center � iLefuge Ba4rdaat& Yhase E! S'l'ANDARD CptVSTRUCTION SPEC[FICA1'fON llpCUMENTS CIEy I'ro,�ect Na, 10232U ltcr+ised July 1, Z�I i iN15 pdW�i2 OF' ATTDFiNEV SUPEii�EDES RNY PREVIOU� P01fVER B�RRiNO THIS SAM� POW�R � A�ED i33UEd PRlOR TO E15125/22, FOR ANY PEf26pN QR P�R3t]NS NAl41FED B�LOW, General Pawer of Attor�ney PC11ry�R NO. �F2200'12 14 �e��fi+��d In�ur���� ��. �Y1i�e����l� �i��ti�n�l I���ara�°t�e Co. CERT1FlED GdPY �hic� �`�rrri��� Insu��n�� ��. Westfi�ld C�rtt�r, f3hio Know .4lf Men by 7'hese Presenis, ihat WE5TFlELD INSLI#;ANCE COMPA�VY, VSIE5TFIELD NATIONAL f�d5URANCE COI�PA�lY and OFiIO FARHfERS INSURANCE CpMPANY, carparatians, hera[nafter referred to individually as a"CarrEpany" and coliectively as "Comparties," duly osyaniaed and exlsting under the laws of tha Sfata of ohlo, and having fts prir�ci�al alflce !n Westfield Cerrter, Mec€ina Coun#y, Ohia, da by these presents �ske, cansift�te and appolnt TONY FI�Rt10, JDHN�iY M453, JAY JORDAN, NIIS'fiE B�CK, a��ENIY 6ARNkT'T. dADE POFl7�R, ROEf�fa7 G. KANEITH, .tARR�TT INILL50N, JAC€C iVQ77lI��NP.lk11, i3RAbY WlL5S1N, SRENNAN 1NILLIAMSON, JOINTLY OR 5EVERALLY q€ ROCKWRLL and 5tate of TX ifs irsra and lavlful AiEprney{sj-Irl-Fact, with #ull power and a�thorify harePay conferrea in Its name, place and �te�d, to execut�:, ack�tOWledge and dellVer �11y a€fd ell bprids, Yeqagnizances, undeMal�ings, ar o�ner instru��ents ar contracts of surekysh{p in ar�y penal limfl. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - � . _ . _ . . _ . _ . _ . _ _ , _ _ uMfTA�TI�N: THIs POW�R oF ATTaRN�Y GRNNOT H� tts�D To e}FECUT� HOTE C�uARANTE�, N40FiT0Ai�E DEFlCI�NCY, MVRTGAoe �, OR HRNK DEP051TQRY BC�NDS, and to blrtd a€�y nf the �tnparrles thereby as iully and to fhe s�me extant as If suett bonda tivere signed by tE�e P�'asident, seaied wlih the car�orate seal o� the applfaable Company and d�ly aEi�stad I�y Its Secrstary, hereby ratifying and confirming aIl that khe said At#orney{sJ-in��act may tlo in the premises, Said app.vintment Is made under and by auth�rlty �4 tha fallnwing resolution adoptEd by the Board of birectars of each of the 1++1ESTFIELD INS�tRANCE CtiMPANY, WESTFiEL� �fATIot�Ai. �NSURANCE coMPANY and �kiio FAR�AERS INsuRANc� coMPANY; "�3e !t Resolued, thet ihe P�^asident, any Sen#ar Executiva, any Seeretary ar any Fldaliry & Surety QperatiQns Executive or other ExecuCive shall bs and is hereby vested with full power and auth�rtty to appo(nt any orle ar mare sultahle peYsons as Attorney(sJ-ln-Fact ta reprosent and ack for and on bei�alf of tha Company subJect to the Pnlfowing praulsions: 7'he Attarney-In-Fact. may ba given €uli pawer and authority tor and in the name of and on behalf af the Company, to execute, acKnawledqe apd deliver, any and all bonds, recognizances, contracts, agreements oP indemnity and other cnndltion�l ar obilgatory undertak€ngs and any �nd all notic�s and documents canealing or terminating th� Company's liabipfy thereund�r, and sny such Instruments sa exa�uted by any such Attarnay-in-Fact shall ba as binding upesn the Company as If slgned by th� President and sealed and atteskec€ by the Corporaie 5ecretary." "ee ft F�rther Resolved, that the signature of any such rfesJgnatad person �nd the seaS af tMs Company heretofore or her�after affix�:d to any power of attaYney or any certificate reiating thereto by facsimlfe, and any pamrer o� afi�rney nr cerilftca#e bearing Faealmfie signatures ar facsimile seal shall kae valid and biktdinp upan the Campany wi�h respeCt tQ any band or undaYtaking to whicft �t Is atta�hed." (Each adopted at a rr;eeting hald o� February 8, 20QAj. !rt Witness Whereof, V�t�5tFI�Li? INSURANCf CQMPANY, WE5TFIELiS NATIONAL INSURANCE COMPANY at�d O�I10 FARI�iERS INSURANCE CD�IPANY have: causad thes� presenYs td be slgn�d by their Nattonal Sarety Leader and sanior �eautiva and thelr �prporate �aals to be heratc� a�ixed #his 25Fh day oP NERY A.I], 2022 . �,�w�,ww��,� �uuin,.r�a, ' uruh�r Carporate r a. �.,+� N ,,, k,,, WES7FlELD INSUFiA�[CE COMPANY sea�s ��s��,t,��, q ,�P���?..�?;��,�, �,r�•�s� 14iSif 'y, • �' WESi'FIELD NATIONRL INSURANCE COIVIPANY atnxed ��' �+ ''�a ; _9; ''G-A; '' `�� �� ''•�E'� ONIO FARN€ER9 INSURANC�CQMPANY +� ' � � `"' ��.' .� `c'= _ �����'A�'pti�� ��� ��,�� � ��� :�,: � � � . � r �n :, • - s�� r s .�..aR.:.,:�., .. �+,., ,�„ r���' -+�: ;.Q,� �'�':.1�48 / " � ,,�� � � •,�......�' ':-�i'• ; ,�4'' � '°�� � 4 .._M � � �r� �! � '`,,� eN`,�� St�tF3 nf Ohi�u.a '''n„i„m„n,•�` '�i,,,niurm,�.,, �y_ County af Medlna ss.: Gary W. tumper, Alationa urely LeadEr and Senior ExecutiWe On ikiis 2bfh day qf MFiY A.D_, 2D22 , 1ae[ore me �erscan�ily eame 6ary W. Stumper ta ma known, w�o, belr�g hy me ciuly sworn, dici depose and say, that he residqs in ll�edina, UH; thae he is NationaE 5ure�y �eader and $eniqr �xecutive Af W�S�FfEi:Q 1NSURANC� COMPRNY, WESTFIELD NATIONAL IN3URAt�C� Cd�IPANY and OHIC7 fARNlERS fNSU�2RHCE CqMPANY, tha companies described in and wnich executsd the aqove instrument; tha€ ha knows the seals of said Companies; thaE ths seals affixed to said Instrument are st�ch corpnrate seals; that ihey were so affixsd by oYder of tYse Soards of �TYectQrs of said Campanies; and th�t he signed his name thareto ta.y Elka order. NolaFial ��an+E��rui ' � saa� ; R�� A � �'�'r''o�y Afiixed ,� � �`� p �`%��/� .ti �+��_" � r- - Siate a# Qhia ;���+� �r ��� David A, Katnik, Rttorney at �.aw, Notary Pu6lic Caunty of Niedtna ss,: � q ,n,_ INy Commission �oes Not �x�tra (Bec. 1A7.d3 Oillo Revised Corie} '•��.,r� 6f' ��,••• .nuum�.,s I, �rank A. Carrino, 5ecratary af WESTFIELD IiVSURRNCE �OMPAI�Y, WF�TFIELb i�ATIONAL �NS�RANCE CQNfPANY and OHIO FARMERS I�SUF�ANC� CdMPRNY, do hereby cer'tf17/ th�C tho a6oVe and toregoirtg is a trua arld coF-Ysct copy of a pnWer of AtkoYney, axecutPd by satd Campanfes, which fs stiil fn full #arce �nd ef€eCt; and fur#herrnare, the resaiuffans of the Qoards of Dir�akors, set aut in the Power oF Attarney are in f�ill farce and atfect. 1n Wltt7ess Whereat, I have hereunto set my hand and affixed the Seals of said CorTipanies at Wes4fleld Cel�ter, Qhio, this day of ���� A.p., "�'{3�-:� � ��u�u�f�Niay� J �P�������{��� �'��$'� °� ~ti.;�i� � �� ������ �"'+n.,,,�,�+n+a�'� ��15i11�e/�I�r/1��.� •����in�`i�14 �A ��i ,4�` .�?'� �s�� : 0' . ..,.,.,'�`�Z"c : m' ��t 1Lr � m e =a��. :�: r,� �. .�:€�; +r,ifr+' 1i,*;,"1",1,��, � .Nl/t�ljl/ ��a `I`� H � "�� �� ��ARi�'R�� ;� � Y� R��° ��'. lB�k�! ; t�� r� 4 .�� ,ei �, q�a q,' 3r �� �e��lrn�U��*��,�, �� � 1 Sa�tury Frank A, Carrtna, Secretary BPi)ACZ (cambined) (03-22) AG�NCY CUSTOMER Ip: , � LOC #: �� � ����T����L. ��l��l�i°�� ��r����L,� I�a�e of A4EiVGY NAMED�INSUREO - ---� .. K&S insuranaeAgenoy The Faln �roup, Enc. I POLICYdUAleeli C14RRI�R NAtc co�� EFF�C711fE PA7�t 7HlS ADDITIANAL RENIAR}CS F�RM IS A SCHELIULE TO ACORD �ORIVE, FORM NUMB�ti: �5 FORNI TiTL�: �ertfticate of Llabiliiy Insurance: Notes AddiEianat Insured & Waiver af SubrngaEian appEies to th� Ganeral Liabifity Faiicy. Additional Insuted-Owners, l.essea8 Ot CantraCtns•1#utotltat€c 3iatu6 v�han requlred Jn caniraal or agreernent - On-�oing end Complated Operallons applles to ihe General Liabllfly pollcy. Prlmary & Non-Contribufory Farm appEies to Ganeral L€a6fllEy Palicy.Additional lnsured �essor of Leased �qu[pment form applles to tne Genaral Llabiiiiy pulfcy. ,AdtlRivna! fnsured and Waiver of Subrogatian iorm appEies to !he Sasln�ss Auto Policy. Additional lnsurrd PrlmrylNanContributory fiarm applfes io iEse Bus[nessAuto policy, Farm appiies io the V+lnrkers Campensatian Paiicy. GE�]ERAL LiABL17Y Additiona! lnsured -Auiomatia atatus as r�qulred by writtsn caniract betwesn �he named lnsu.rsd ar�d any person ar organlzat�an thaf requires such status. Primary �& Non-CoMrib�tory as requ[red by writlen contract 6eiwean the na�ned insured and any persnn or organfzafian thal requlres such status. 6lanket Vdaiver of Subrogatfon as required by wriEter� cnnlract hefwean ihe named insured snd any person or organizatian ihel requires sueh slatug. Llahiltiy does not conlafn an exclustan tor XCU. AU70MO�iLE L1ABiL[TY Additiana! Insured -Any person or arganizetlon ihat you are requfred by a vur�Hen cantraat fo name as addiiional insurad. V�aiver ofTranscer ofi�tfghts Racovery Against (}Ihers to Us' We waive arsy r(ght of r�cavary we may have, because ni paymenls we make fac injury ar damage, agalnsi any persan nr organizatian iorwhom nr whtnh yau are required by written canlract nr agreement to obtafn this �ai�ar trom us. WDRKERS CdMP�NBRTiqN Bianket Waiver of Sub€ogaqon as required by wriiten cantract helween U�e named insured and any person or arganlzatfo� lhat requires auch status. .{ � ihe underlying paiicies, Policy fnrm pmuldes addiiianal insured and waiver �( suhrogat€an when underiying po11c9es p€ovt��s same eoverage i REFER T4 THE ATTACNED P4L�CY �AFtMS FOR BPECIFfC WOR4ING OF SUC}°[ GOVERAG�, LIMITS, CONL1l710N5 AND EXCLtJSIONS. d� � — - ACORD 101 (20U8I01} � 2a�8 ACORD Cd3tPt3RA'�IbN. All r€ghts reseNed. , The ACpRD nam�s and logo are registered marks oi ACOAb COMhfiERCIAL GENERAL LIABIL['TY CGI. 488 (�2 2'f } THIS �N�ORS�MENT CHANG�S 7HE POL.ICY, PI.�ASE REA� IT GAREFULLY. �IR�i �HO��� ���T�t�� t �R� Ll��i�f�`Y �]���R���PI��1� ihis endorsement modifies insurance pro�ided under the following: CUMMERCIAL GEN�RAL LIABILIiY COVE,RAG� FtaFtM i��T�: '7'he following are additivns, replacements and atr�endments io the Cammerclal General Liabili#y Caverage �arm, and wiil appfy unless excluded by s�parate endorser�ent(s) to the Commercial G�neral Liability Coverage Form. The CO'MIVI�RCIAL G�N�RAI. LfAB1LITY GOVERAG� FQ�M is �menr�ed as €ollows: S�CTIO�1 I- COV�i�AG�S, COV��'t,4GIE A. HC'JL'}I�.Y [I�JURY AN� PRO��RTY C}AMAG� is artz�nded as faflows: '!. �xtended "Arapetty �antage" Exclusfon 2.a., Expected or lntended Injury, is replaced with t�e following: a, °Bodily injury" nr "property damage" expec#ed or intended from fh� standpoint of the insured. This exclusfon does npt apply fo "bodily injury" or "property damage" resul#ing frarrs the t�se nf r�asonabfe iorce to proteci persons or property. 2. Non-owned Watercraft Exclusion 2.g, (2) (a) is repfaced with #he fo�low[ng: (a) Less #han 5� feet lang; and 3. Pr�operty Damage l,iability — Borrowed Equipm�t�t The fallowing Rs added to Ex�lusion 2,j. (4}: Paragraph {�) of this exclusion daes nat apply to "properiy damage" to barrawed aq�ipmenf whlle at a jobsite and not b�ir�g us�d to pertorm aperatfans. l`he mast we will pay for "praperiy damage" to any one borraw�d equipmen# Itet� un�er this co�erage is $25,OOD per "occurrence". The insurance afforded under this pravisian is excess o�er any other valid and eolleetible praperty insurance (fnciuding daduciible} a�aifable to fhe lnsur�d, whether primary, exaess, contlr�gant or on any other basis. 4. Lirnited Electranic Data Lfabiliiy �xclusian 2.p. is replaced witf� the #oflowfng; p, Efectronic Data Damages arising ou# af the iass af, loss of use of, dam�g�: to, corruptior� of, inability to access, ar inability fo manlpul�te °electronic data" fhat does not resu�� from physical injury to tan�ibEe property, The mpst we wi11 pay under Goverage A for "property damage" b�cause of all lass pf "electronlc data" ar€sing out of any one `bccurrence" i� $9Q,(�00. We have no duty Eo investigate or daf�nd claims or "sults" covered by this E.Imit�d �l�ctronic Data L1a�ility co�erage. The foi��wGng definition is added to SECI"lOi� V— pE�INIiiOi�S of the Co�erage Farm: "Electronic data" means informafion, facfis or programs stored as ar an, created or used on, or transmitted io or from compufer sofE+r�are (including systems and appEications softwara), hard or'floppy disfcs, Ci]� ROMS, tapes, drives, cells, cfafa processing de�ices or any other media which are used with e]Ectronicalfy cantrolfed: equlpr�ent, GGL �sa (02 21j Ineludes copyrighted materlal of the Insurance 5ervices QFfice, Ina, wi#h its perrnissi�n. Page 1 aF 14 Copyrighf 2020 FCCI lnsurance Group Ensurad Capy COfv}MEFtCIAL G�NERA�. LlAB1LITY CGL 08$ (02 29) F'ar purposes of #his Limited Electronie Data Liabitity co�erage, the def�nitian of "Praperty Damage" in S�C�'ION V-- [3E�IIVI3lONS af the Caverage Farm is repiaced by the following: 17. "Praperty damage" means: a. Physlcal lnjury to iangible properEy, fncluding ell resulting loss of use of that property. AI� suoh loss of use shall be deemed to accur ak #he time of the physical injury that caused 9t; b. �oss of use of tangible properfy that ls nat �hysicalfy injured. AI! such lass ofi use shall be deem�d in occur ai the time of tha "occurrence" that caused ti; c. Loss of, loss of use of, damage to, carruptian of, ina�9liky io aecess, or inabiiity to praperly manipulate "elec4ronic data", resulting from physica! injury to tangible property. Afl such loss of "electrortic data" sE�all �e deemed fa occur at the time of the "occurrenca" ihat caused it. For purpnses af #his insurance, "eleotronic dataH is nat #angibie property. S€CiIOIV I— COV�I�A��S, CC?V�RAG� B. ��R50RIAI� AN� ,�DV�R'�I�ING 1fV.lURY LIA�i�.l'�Y is arr�ended as f411ows: Paragraph 2.e. Excfusions — the Contract�al Lia�ility Exclusion is deieted. SEC�'101d 1— CC}V�R�►G�S, the fallawing co�erages are added; COVERI4C�� a. VOLiJ(ViARY PRO�'��TY DAiVIAG� 1. Insuring Ageeement We wll! pay, at your request, for "prnperty damage" aaused by an "occurrence", to proper�y of others caussd by you, nr while in yaur possassfan, arising aut af your business operafions. Th� amount vve wil� p�y for damages i� described in SECTI�i� Ilk I,IMiTS �F (IVSURAf�CE. 2, Exclusions iF►is insurance does not apply to; "Fraperty �amage" fo, a. Prop�rty at premises owned, rentad, leased or occupied by you; b. Prc�pertywhiie in #ransit; c. Prbperiy own�d by, rented to, leased to, loaned ta, borrawed by, or used by you; d. Premfses you sell, give away, or ahandon, if the "property damage" arises out af any part of thase �remises, e, Praperty caused by or arisir�g aut of #he "products-completed operations hazard"; f. Motor vehicles; g. "Yaur product" arising out of lt or any part of it; or h. "Your warfc" arising o.ut of it or any part of it. 3. �educ#ible We wlll not pay far loss In any or�e "acc�rrence" until #he amaun# of loss exce�ds 5�250. We will the� pay the amount of Ivss in excess of $250 up ta the appklcable iEmli of insurance. $. Cost 4��CtOr In the e�ent of a covered Eoss, you shall, if requested by us, eeplace th� damagec[ �roperty or furnish the iahor ancf materials nec�ssary #or repairs there#o at your actual cost, exclur�ing profit or over}tead charges. CGL 088 (02 21) Includes capyrlghted material o�the fnsurance 5ervices Q�ic�, Inc„ with ifis perrr�lssion, page 2 0# 14 Copyright 2Q2D FCCi Insurance Graup [nsuredCaRY GOfUIM�€�CIAI. GENERAL LIAB1Ll'TY CGL Q88 (02 21) The insurance affa�'ded un�er COV�I�AGE D is excess o�er any ather vafid and collectl�le prope€�y or inland marin� insurance (including th� deductibfe applleable tv the praperty or inl�nd marine caveeage) available to you whether primary, excess, cor�tingent or any other �asEs. Coverage D covers unintent[ana! damage or destruction, but daes not caver disappearance, theft, ar iass of use. 7he insurance under GaVERAGE D dves not apply If a loss is paid under CaVERAGE �. COV�RAG� I�, CARE, CUS7"CJDY OR COi�iRO� �1. Insuring Agreerrient We wlll pay those sums that the insured becomes lagally ablig�ted to pay as damages peaa�ase af "property damage° caused E�y an "occurrence", to property af oth�rs whife in yaur care, custody, or contro� ar praperty of others as to which you are axercising physical contral if the "pro�erfy damage" arises out of your �usiness aperatian.s. The arr�ount we wi{I pay for damages is d�scribed in S�CTI4N III l.IM1TS OF INSURANCE. 2. �xclu�ions Thls ins�aranc� does not app�y to: "Properfy damage" ta: a. Prape�ty at premises owned, rented, leased ar occupPed by yau; b. Properky while in #ransit; c. Premises you sell, gi�e away, ar abandon, if the "properfy damage" arises out of any �aart ofi thos� prernises; d. Property cac�sed by ar arising o�t of the °products�com�leted operatiqns haza�d"; e, Motor vehicles; f, "Your product" arising out of !t or any part of 1t; or g. "Your work" arlsing oui af ft or any parE o€ i#, 3. Deductible We will noi pay far loss in any one "cacaurrence" untll the amaunt of loss exoe�eds $25a, We wili then pay the amoun# of Ioss in excess of $250 �p to the applicable limik af insurane�. 4. Cost Factor ln the e�en# of a covered loss, yau shall, if request�ad by us, replace the damaged properiy or furnish the labor and materials nec�ssary for repairs thereto at yaur actual cost, excluding profiE or au�rhaad charges, The insurar�c� afforded und�r CDU�RAG� � Is excess a�er any other valid and collectible prop�rty or inland rt�arine i�suranc� (irtcluding th�: d�ductibls a�plicable to the praperty qr inland marine co�srage) available to you whether primary, excess, con#ingent or any other basis, 7he insurance unde� CQVERAG� E does no# apply if a loss is paid under CUVEf�AGE D. CDV�RAGE �. i.I�IiITEC} PRUDllCT WITHD�AWAL �XF��NS� 1, Insuring Agreemenfi a. If you are a"s�ller", we will reimburse you for "�raduct wi#hdrawal �xpenses" assoc(ated +n�ith "your product" incurred because of a"pro��ct wi#hdrawai" to which this insurance a�plies, The amaunt af such relmburs�r�en# is limited as described ]n SECTIOf� llE - LIM17'S OF INSURANCE. Na other obligation or liability ko pay su.ms or pertorm acts or services is covered. CGL 088 (�2 2'i) Includes capyrigh#ed ma#�rial o# the Ins�rance Ser�+lces Office, Inc., wEth Its perrr�issiqn. Pag� 3 of 14 Copyright 2p2o FCCI Insurance Group Ina�red Copy CQMN�ERCIAL C��N�i�AL LIABILITY CGL b88 (0� 21) a. ihis insurance a�pliss to a"product withdrawaf" oniy if the "product withdr�wal" is initiaied in ths "cQverage terriiory" during the policy pariod because: (1) You d�iermir�e that tt�e "product withdrawal" 3s ne.cessary; or (2) An aufhcsrized government entify has nrdered you t� conduct a°produci wlthdrawal". c. We will reimburse only those "praduct uvithdrawal ex�ensea" which are Incurrec� and reported to us within nne year af fhe date the "product withdrawaf" was initiated. d. Tha inikiation of a"product witt�t[rawal" will be deerned to have heen made only at the earliest ofi the follQvuing fimes: (1) When you have annaunced, In any manr�er, to the generai pub[ic, yo�r vendors or to your emplayees (other than those em�loyees dieec�ly invol�ed ln m�king the �etermination) yaur decision ta conduct a"product witi�drawal" Thls applies regardless �f whether the deterrrrination ta conduct a°produci withdrav�a!" fs made by you or is requested by a third party; (�) When yau reeeived, efiher nrally ar in wriiing, notifica�ian of an order irom an authorized governm�nt en#ity to conduci a"product w[fhdrav�al; or t3) When a third par#y has ini#iated a"produc� rnrith�irauval" and you communlcate agreement with khe "pr�d�act withdrawal", or yau announce ta tk�e ge�erai �u�lic, your �endars ar to your �mployees (�ther than those empioyees directly involved in making the deierminatian) your decision ta participate in the "producf wiihdrawaf", whichever come� first. e. "Produ�t withdrawal expenses" incurred to withdraw "yaur products" which contain; (1) The same "deiect" wifl be deemed to have arisen out of the same "prpduct withdrawal"; or (2) A different "clefect" wi[I be des�ned to ha�e arisen oufi of a separate "product withdrawal° if newly determined or ardered in accard�nce wit� paragraph 9.h of this coverage, �. �xciusians �"his insurance does nat apply io "product wit�dra�+ai" ex�enses" arising nu# �f; a. Any "praduct vuifhdrawaf" initia#ed due to; (1} The failure of "your produ�ts" to accamplish their ir�tended purpase, Including any breach of wa�ranfy of �itness, whether writt�n or implied. 7his exclusion daes not appfy if such failure has caused ar is reasonably expected ta c�use "bodily injury° or physica! d�r�age to tangible pro�erky. �2) Copyright, paient, trade secrei or tradenrtark infringemer�ts; �3) Transforrrmation af a chetnlcal ttafure, deterioraf�on or decor�position of "yaur product°, except if it is causea i�y: (a} An error in manufac#u�'ing, design, processing or transportafion af "yaur prad�ct"; or (b} "Product tampering" {�4) �xpirattan of the cl�signated sheff life nf "y0U1' �}fOdUC�". b. A"produci wifhdrawal", it�itiaisd because of a"defect" in "yaur product" known to exist by fhe Named Insured ar the Named Insur�d's "executive officers", priar to the inoeption date o# this Coveeage Par� ar prior to the time "your p�oduaf" lea�es your cantroi or possessivn. c. Recall of any sp�clflc prQducfs for whiah "bodily inj�ry" or "properfy cfamage" is excluded untier Coverage A- Bod[ly lnjury And Prap�riy pamage Liabilify by endorsement. d. Ftecall of "yaur praducts" whfch F�ava been banned fram the market by an authorized go�ernment entity prtor ta the pollcy period. e. The c�efense of a claim or "suit" against you for "produci withdrawal expens�s", COL 088 (02 21) Includes copyrighted mat�rial af #he lnsurancs Services Office, Inc., wifh its p.ermissian. Page q af 14 GQpyright 2p20 FCCI Insurartce Group Insu[gd Cvpy C�MMERCIAL. G�NERAL LIABILI7Y CCL O88 (02 21) S� Far the purpases of the Insuranc� afForded under CQV�RAG� F, the fa9fowing is added to 2. Duties In The Fuen# Of Ocaurrence, QfFense, Claim Qr Suit Gondlt€on urrder SECTIOiV 1V — CDMM�RCIAL G�N�RAL LIABF�ITY CONDI710N5: e. Duties In The ��ent Qf A'D.efect" Or A"Product Wlfhdrawal" (1) You must ses tn ft tha# we are notiffed as soan as practica�le af any actual, suspected or thr�atened "defect" in "your products", or any governmental ir��eatigatlon, thai may r�suii in a "product wEfhdrawal". Ta fhe extent po�sihfe, nat[ce shauld includ.e: (a) How, when and where the "defect" ►+vas diseovered; {b) The namss and addresses of any fnjured persons and witne�ses; and (c) Th� nature, locatian ar�d c[rcumstanaes af any injury ar damage arising out ofi use qr cvnsumption Qf "your product". (2) If �"prod�ci withdrawaf" is Initiated, ynu musf: fa) lmmediately recqrd th� specifics of t�te "prvduct wit�drawal" and the ctate it was initiated; (b) 5er�d us wri@t�n notice of the "prod�ct withdrawai" as soon as pracficab[�; and (c) IVat releas�, consign, ship or distribut� by any other method, any prtiduct, or Ifke 4r simi�ar producis, with an actual, sttspeeted or threater��:d ciefect. (3) You and any other involved insured must: (a) Immediately send uS coples of pertinent correspondence rec�eive� in connactinn with the "praduci wfthdrawal"; (b} Autharize us ta obiain recards and oEher Infarmatlan; attd (c) Cooperate wit� us in our investigation of ihe "product wi#hdrawal". 4, Far the purpases of khis Goverage F, t�e following definitions are added to the Defini#iorts Section: a. "Defect° means a de#ect, deficiency ar inadequacy that creates a dangerous condiilpn. b. "Prod�ct famperfng" fs an act of inter�tional alteratfan af "your product" which may cause or has caused "bodily injury" or physical injury to tangible properfy, When "product tampering" is knawn, suspected or thrsatened, a°product withdrawaP' will not b� limited fa tF�ose batches af "your prndupt" whiah are known or suspecied to E�ave been tampersd wi#h. c. "Proc[uc# withdrawal" means the recall or withdrawal of "yaur products", or products which eontain "your praducts", fro� ti�e market ar fram use; by any ott�er person ar organization, because af a known or susp�ct�d "defect" In "your prodt�ct", or a known or suspected "praduot tampering", +n�hich has caused or is reasonably �xpected to cause "badily injury" ar physical injury ko tangible proper�y. d. "Product withdr�wal expenses° means those reasonable and necessary exira exp�nses, listed below paid and directly r�lated #o a"�roduc# withdra�vaP': ('i) Casts of notificat9on; (Z) Casts of staklanery, env�lopes, productfon of annc�ur�cements and postage pr facsimiles; (3) Casts of ov�rtime pa'sd to your regular non-sal.aried em�loyees and costs inaurred by your employees, including cost5 of tr�nsportation and accomrnodations; (4) Cas�s of pomputer time; (5} Co�ts oP hiring independent GoniraGtors and other terr�porary emplayees; (E) Cn�ts of transpar�atian, shipping or packaging; (7) Costs of warehouse or storage space; o� CGL O8B (02 21) Inciudes copyrighted material of tha Insurancs Services Offic�;, �nc„ with its permisslon. f�age 5 of 14 Copyright 2020 FGCI Ins�rance Graup Insurod Cmpy CO[�ANfERCIAL GENERA�. i.tA91LITY CGL Q$8 (02 21) (8} Costs of proper dispQsal Qf "your pCoducts", or products thai canfain "yaur produets", that cannot be reus�d, not �xceeding yaur purchase price or yaur cost to produc� the producis; but "pracEuct w�thdrawal expenses" does not include casis of #he replacement, r$pair or redesign of "your praduct", or !he aq�ts of regaining your marke# share, goadwill, re�enue nr profi#. e. °5eller" means a person ar organlzafion that manufactur�s, sells ar distributes goo�s or prnducts. "Sel�er� does naf includ� a"cnniractor" as d�fined elsewhera in thfs endorsemer�t. The insuranas under C4U�RAG� F daes no# appiy if a loss is pa]d under COVERAGE G. COV��tAGE fC. CONTRACTORS ERRORS AND OMIS51t]td5 1. Insc�ring Agreerrient If you are s"contractor", we wiil pay thase sums that you became legally obllgated to pay as damages because af "property damage" io "ynuc produok°, "yourworlc" ar "impaired praperty", tiue to �Fau�fy workmanship, material ar design, or praducts including consequential iass, to whicY� #his insuranc� applies. The damagas must have res�lted from your negligent act, �rrar or amisslan wh11e acting in yaur �usiness capaci#y as a Contraetor or subcontracfor or #rom a deTecf in material or a producfi sold ar installed k�y yau whil8 ac#ing in this capacity. The amount we will pay fit�r damages is d�scribed in SECTION 11! LlMfTS OF INSURAlVCE. We have na duty to �nvesiigate or defend cfair�s or "suiCs" aovered by t�i15 CQnfractars �rrars ar Om�ssions coverage. This coverag� applies on]y if ihe "property damage" occurs in the "coverag� t�rritary" dur[ng the policy period. Thls coverage does not apply fo addit�onal insureds, if any. 5uppiementary Payments — Coverage A and B cIo not apply to Go�erage G. Contr�ctors Errors and dmissions. ,2. I�xclusiflns This insurance dn�as not apply ta: a. "Bodily injury" or "personal and advertising injury". b. Llablfity or penalties arising from a deiay c�r fatfure ta camp[e#e a caniract or project, or ta carr�plete a cantraat or prajee# on time. c. Liability because df an error or omissfon: {1) In the preparation of estitn�tes or job costs; (2} Where cast estimaies are �xae�dsd; (3} ]n th� preparatlon af estimates af prafit or return on capital; (4) In advising ar faifure to advise on financing of ihe wark or prc�jea#; or (6j In advising orfaifing to advlse an any legai work, titfa checks, form of insurance or suretyshlp, d. Any liability which arises out of any actual or alleged infringement of capyright ar #rademark ar trad� dress or patent, unfair compet�t9on or �iracy, or ihe#t or +urongfu! taking oi cancept� c�r €ntellectual property. e. Any liability for damages: (9) Fram #he int�ntional dishonest, fraud�fent, maiicious ar cr�minal acts of the Named lnsur�d, or by any partner, merrtbe� of a limited liabifity campany, ar executirre afficer, or at #he direc#ion of any of thern; or (�) Which is in fact expected or intended by the insured, even if th� injury or darr�age Is af a difEerent degree or type than actualiy exp�cted ar intended. CGL 088 (D� 21} Inclucfes capyrighted makerlal qfthe Insurance Servlces Office, Ina., wfth its p�rmisston. Paga 6 af 14 Copyright 2�20 FGCI Insur2noe Graup Insured Ccpy COhIMERClAL GENERAL LIABILITY CGl, 08$ (02 21) f. Any liabiliiy arising oui of manufacturer's warranties or guaranie�s wi�ether express or implied. g. Any lia�iliiy arisfng frnm "prnperty damage" tti praperky owned by, rented or leased to �he ins�red. h. Any 19ahility ine�rred or "property darrrage" which occurs, In whole or in part, before you hav� cnmpfe�ed "your work," "Your wark" will be deemed completed a# #he earlfes# pf the Fallnwing times: (1) When a1f of ti�e work aalled for in your contract or work arder has qe�n anmpisfed; (2) When all the work to be done at the job si#e has been completed if yo�r cvntract caNs for uvork at more than one )ob site; or (3} When thai par� of t€�e wnrk dan�: at a jnt� site has �e�n put ta its intended use by any persort or o�anizaiion other tl�an anather contractor or subcontractor vuorking an the sarrte profect. Wark that may need se�rEce or m�intenance, correction, repair ar replacement, but which is otherwiss complete, will be treated as complete. 1. Any (lability arising from "praperty damage" in products that are still in your physical possess[on. J. Any liability arising out of the r�r�dering af or failure to render any professional services by you ar on your �ehaif, but only with respect to eithar or both af the follawing operations: (1) �roviding engineering, arehitect�ral or surveying services to others; and (2) Providing ar hiring independent professionals to pro�ide englneering, arch(tectural ar surveying services in connectiort with construcfian work you perfarm. Professional servic�s include the prepsring, approving o� f�iling #o prepare ar appraae, maps, shap drawfngs, opinions, re�orts, surveys, fi�id ord�rs, change arders, or drawings and speaificatlons, Prafessianaf sarviees alsn Include sup�rvisnry or I�spection antiviti�s perfarmed as par� of any related architectural or engineering acti�iiies, Bu#, prafes�iana! services dq nat include servicss withln construction means, rnethads, techniques, sequenaes and procedures err�p{oyed by yau In connec#ion with cpnsfr�c#i�n wprk yau �er�orm, k, Your loss of profit or expected profi# anH any liability arising #herefrom. I. "Proper�Y damage" ta pro�erfy other than "ynur produc�,�� ��your work" or "impaired prop�rty.,' m. Any li�bRlity arising from claims ar "suits" wh�re the righ# af action against #i�e insueed has been relinc{uished pr waEvad. n. Any 1i�bility far "property damage" to "your wark" if the damaga� work or the vvork out of which the d�mage aris�s was perfarmed on yaur b�half by a subcontractor. o. Any 1'sabiliiy arising €rom thE subsiitution af a material or product for ana specifled an blueprints, work orders, cor�tracts ar engineering speclficatlans unless there has been writtett authorization, or unless the bl�a�prints, wark arders, contracts or engine�ring specificat9ons were writt�n by you, and yvu have autliorized the changEs. p. Liability af athers assumed by ihe insured under any cantract or agreem�nt, whether oral or in writing. This excivsion does not apply to Iiability for damag�s that the Insurad wauld have in the absence of fhe cantract or agr�ement. 3, For tf�e purposes of Gov�rage G, the iollawing definiti�r� is adcfed to the Def9ni�ions secflan: a, "Contractar" means a person or organizatlan engaged in acfivitl�s of building, cl�aring, filing, excavating a�` impra�ement in the size, use or app.earar�ce of any structure or land. "Confractor� does r�ot incfude a"s�ller' as de#inad els�wh�re in this endorsem�nt. 4. �educfil�le We wiEl no# pay for foss in any one "occurrence" until the ar�noun# of Eos� �xceeds $.2�a, The limits of insurance wifl not he reduced by ti�e application of #he deductible amount. CGL 088 (02 21) Includes copyrighted material af the lnsurance Services Offfcs, lnc„ with i#s permission, Page 7 af 14 Gapyrighi 2020 FCCi Insurance Group InsuEed CaAY COMMEF�CIAL GENERAL LIA9iL1TY CGL 088 (02 21J We �'tay pay any part or all ofi the deducfib�e amount ta effeci setflement of any claim ar "suitu, and upon notification of the action kakan, you sha[I promptly reimburse us for such part af the deductil�le am�unt as has been paid by us. 5. Cost �aatae In the evsnt of a covered foss, you shall, �f requested by u�, repl�c� th� damaged prflperEy ar furr�ish t�e fabor and materials nacessary for repafrs thereto at your actu�l cost, excluding profit �r ouerii�ad charges. The insurance under COVERAG� G daes not a�ply if a lns.s is paid unc[er COV�RAGE F. COVERAGE �I. L.OSi K�Y CQV�I�AGg 1. lnsuring Agreement We wiil pay thase sums, subject to the limits o# IEablflty described in SECTIDN lll L,IMITS OF INSURANG� in this eRdorseman# and t�e deduc�ibte shown b�low, that you become leg�lly obligated to pay �s damages aaused riy an occurrsnce and due to ihe loss or mysterious disappearance of keys entrusted F[ 11 to or i� the care, cusfady �r control of y�u or your "employass" ar anyone acting an y�ur behalf. 7�e damages caversd by this endorsemsnt ars [amited ta #i�e: a. Aotual cast of the keys; b. Cost to adjust locks to acce�t �tew keys; ar c. Cast af new locks, i� requirad, ittcfuding the cost of installation. �. �xclusions This insurance daes naf apply to: a. K�ys owned by any insured, emplayses of any Insur�d, or anyone acting on b�half af �ny insured; b. Rny resulting Ioss of use; or c. Any a#the fallawing acts by any insured, employe�s af any insured, or anyone acfing on behakf of any insured; 1) Mlsappro�riation; 2) CoRcealment; 3) Conv�rsicrn; 4) Fraud; ar 5} Dlshonesty. 3. Deduc#ible We w111 not pay for loss in any one `bccur�ence" until ihe amaunt of loss exceads $1,000. The limits of in.suranc� will not be r�duced by ih� app�ication af the deductihle amaunt. W� may pay any pa�, or �iii nf the deductible arr��un# to effect ssttletnstli af any claim or °suit" and, upon nntificaffon of the aa#inn taken, you shall pramptly raimburse us for such part of the daductible amount as has bee�n paid by us. �XPAh1t��I] CQVEitAC3� �OR �`€NAN�'S �ROP�FtTY AiVI] PREiVIiSES REIU"CE� `�O l'OU "ihe first parag�aph after subparagraph (6) in �xclusion j., Damaga ta Property is amended to read as follows: paragraphs t1), �3) and (�4) af this e�clusfon do nni apply to "praperty damage" (oth�r fhan damage by fire) ta premises, includir�g the can#�nts of suah premises, rented to you. A�eparate limit of Insurance appli�:s to Damage To Premises Rented To You as descrjbed in 5ection 11� -- k.imits Of Insurance. CGL. �88 {02 21 } IncEucles aopyrigh#ed material o# the Insuranc� Servlces Office, lnc., with ifs permissIon. Page e of 14 Gapyrighf 2020 FCCI Insuranae Grnup Ensurad Copy COMM�RCIAL GEiJERAL LIA61L1TY CGL d88 (b2 2i) SEG'iION I- COV��AGE&, SUPpL�M�NTARY PAYMENTS — COV�RAG6 A and B is amertded as follorrtrs: Ail r�f�rences to SIJPPLEMEN"�ARY PAYMENTS -- �OVERAG�S A and B are ar�ended to SUPPL�MENTARY PAYM�NTS — GOVERAGES A, 8, �, E, G, and H, 'I. Co�t af �ail Bonds Paragraph 1.�. is replaced witi� fhe folJawing: b, Up to $�,500 for cos� of ball bonds required because c�f accidents or tr�c law vlol�tiqns arising out of the use ofi any vehiale to which the Bndlly 1nJt�ry Llability Co�erage applies, We do not hav� to fur€�ish these bonds. 2. Lass of �a;rnings Paragraph 1.d. Is repEaced with f}�e fallowing: d. All reasonable expenses Incurred by the insured at our requsst ta assist .us irs the tnvestigatlan or defens� o# the c�aim or "suit°, Ettaluding actual fass of earnings up to $�00 a day because of time aff fram work. S�CTfON II --1FIIHQ IS AN INSURED is arrtended as follows: 1. ]r�cidental illlalpractice Paragraph 2.a.(1}(d} is repface� wi#h the folfowin�: (d) Arisirtg aui af his or her pro�iding or falling to pravide professionai health care services. However, this exclusion does nat apply tn a nurse, emergency rnedical technician or paramedic employed by yau to pro�ide medlcaf servlces, unfess; (i} You are engaged in f�te occupation or business of provlding or offering rnedical, surgical, den#al, x-ray or nursing servic�s, ireatr�ent, aduice or ins#ruction; or ([i) ihe °�mployee" has another insurance iha� would afso caver claims arising under this provision, whether the at�ter Irtsurance is primary, excess, cantingenf or on any otfter basis. 2. �road�ned Wha [� An Insured The following are sdded to Paragra�h 2,: Subsidiaries e. Your subsidiaries if: (1) 'f"hey ar�: fegaNy incorparated �ntities; and (2) Yau awn more than 50°!0 of #he voting stacic in such subsidiaries as of the effectiva date of fhis pc�licy. If such subsidlaries are not shown in ihe Deelarativns, yau musf r�port #hem to us wiihin 980 �ays of the inception af your original policy. Additionaf Insureds f. Any person or organization described in paragraphs g, through k. below whom you are r�quired to add as an additional insured nn this palfcy under a writt�n cantract or agre�ment in effect durfng the term of this palicy, pro�ided the written c�ntract ar agree�tent vuas executsd prior fa th� "badlly InJury.", "properky dam�g�" ar"parsonal and adver�isfng inJuty" far whlch the additional insured seeRs coverag�. Howe��r, the insurance a�orded ta such add�tional insured(s): (1j anly appfies to the e��nf permittad by law; (2) Will not be hroader than that which you are required by the cantrac# or agraemenE to pro�ide for suoh additional fnsured; (3) Will nat be brc�ade� than that which is a�forded to yo� under this paficy; (4) Is subject to the cond�tions desar9b�d �n paragraphs g. through k. balow; and (5j 9Va#Ming herein shali exiend the term of fhis policy. CGL 468 (02 21) Includ�s capyrighied material aP the Insurance 8eruicea Office, Inc., with its permissian, Page 9�f 14 Copyright 202Q FCCI Insurance Grnup Irtsured Copy GD{NMERCIAL, GEi�fERAL iIASILITY C GL 088 (02 21) g. Owner, Lessor or Manager af Premises if the additlonal insured is �n nwner, lessor or manag�ar of premises, such person ar organlzatian shall be cover'ed only with respect ta liability for "bodily i�jury„ "praperty damage" or "personai and advertising injury" caused, in whol� ar in part, by you 4r thos� acting an your behalf in aonnectlon with th� ownership, maintenance ar use of that part af arty premi�es leased to you �nd su�ject to the following adciffionai exciusions: (1) Any `bcc�rrenc�" tha# takes place after you ce�ase to occupy those pr�mises; or (2} Structural altera#ions, new constructfon ar demolltion ap�rations perforrr�ed �y or on behal� oi such person or arganizatEQn. h. 8kat� or Governmental Agency or Subdivision or #'alltical ��bdi�ision — P�rmits or Authnrizations If tt�e addltional ir�sured is the s#ate ar any polifiica! subdivislon, tha state or political subd9vislon sF�alf bs cov�red only with respect t� operatians performed by you or an yn�r behaff #or whlch the state or pofitical s.ubd9�ision has is�ued a p�rmit or auihorization, 7his insurance does not apply fo: (9 )"Bodily injury", "praperky damage", vr "personal and ad�ertising injury" arising oui af operatlans p�rFormed for the federal government, �tate ar munlc��alify; or (2} "Sadily injury" or "pro�erfy darnage" inciuded within tha "producfs-compleied aperati�ns haxard". i. Lessar of L.eased Equipment If th� additional insured is a lessor of Ieased equ�pment, such fessor sha11 be cavered nnly with respect to liability fior "bodily lnjury", "property damage' or "parsona! and a��e�tising injury" caused, in w�aie or in part, by your maintenance, operarion or use of equipment leasad ta you by such per�on(s) or organizatian(sJ. Wit� respect ta t�e insurance afforded ta these additiona! insureds, th�s insurance does not apply #a any "occurrence" uvhich takes place after #he equipment lease expires, j, Mortgagee, Assig�ee, ar Receiver if the additinna� Insured is a mor�gagee, assignee, or r�ceiver of premises, such martgagee, assignee or receiver af prarr�ises is an additlanal 9nsured Qnly with respect t� their fis6ility as mortgagee, �ssignee, or reeelvef and ar�sing out of the awne�sh9p, maintenance, or nse nf the premises by yau. Thls insurance does not apply to structural alteratltins, n�w cor�struction and demalition operations perfarmed by or for that person or arganiza#ion. k. Vendor lf fihe additionaf insured is a �endar, such vendor is an a�ditiona! insured o�ly with respect to liabiiity fnr "bodlly itljury" ar "property damage" caused by "your products" whlch a�e distributed nr sald in the regular caurse of t�e vendar's busin�ss, subject ta the following additianal sxclusfons: (1) The in�uranc� afforded to the vendor dn�s not apply to: {a) "Bodily injury„ or "praperty datnage" for whic[� ihe venclor Is obligat�d to pay damages by r�ason of the assumption of liabiliiy in a contract or agreament. This exc}usion does not appiy ta lfabf{ify fior damages that the �endor wauld ha�e in absence of ihe ccsntrack ar agfeerrent. (b} Any sxpress warranty unautharized riy you; (c) Any physical ar chem9cal change in "your �roduct" made intan#ionally by the vendor; (d) Repaokaging, unless unpack�.d solely far the purpase of ins�ectian, d�monstra#ian, testing, or ths subsfitutian of parts under instructions firarn the manufacturer, and th�n repackaged in th� origlnal conta9ner; (e) Any failure t� maf�e sueh inspectians, ad]ustments, tesfs or servicing as the vendar has agreed to make ar normakly undertakes to make in the usual caurse of business, in cannsction with the d{stribution or sale of the praducts; CGL 088 (02 2i) lnaludes o�pyrig�ted rr�aterial 4f the lnsuranr.� Servlces O�ice,lnc., with its pe�mission. Page 10 of 14 Capyright 202Q F'CC1 inau�ance Group lnsured CaPY CQMMERCIAL GENERAL LIA�ILITY GGI. 088 (02 21) (f} Derr�onstration, instaliaEian, s�rvicing or repair operations, except sue� aperations performed ai t1�e vendor's premises in connectfon with the sa[e af the product; {g) prdducts which, after distrlbutlon nr safe by ynu, have been labeled or r�labeled ar used as a anntainer, part or ingredient vf any ather thing or substance by or for the vsndor; nr (f�) "Bodily i�jury" ar "praperfy damage" arising o�t af fih� sale negligenca of the vendor for iis own acts or omi�s9ons or ihose of iis own acis ar omlaslons or those of its emplayees or anynne else aating on iEs beha{f. H�owever, this exclusion does nat apply ta: i, ihe excep#ions con#ained in Subparagraphs d, ar f,; or ii, Such inspections, adjustments, tes.#s ar setvicing as fhe �endor has agreed to maice or norrrtalEq undertakes to make in the usual course of �usiness, in connecflan wl#h the distribuii�n or sak� of the products, (2} 7his insurance does not apply to �ny insured person or otganiiatlon, fram whnm you have acquired such praducts, or any ingredient, part or c�ntainer, ent�ring ir�to, accampanying or containing such products. 3, Newly Formed or Acquired Organizatlons Paragraph 3. is amended as follows: a. Gaverage und�r thls provisian is afForded until t�e end of the poliay perlod. d. Cov�rage A does not apply to product recaPl exp�nse arising out of any withdrawal ar recall that occurred trefore you acquired ar Formed the o�ganization. B�CTION. Ill -- LIMITS QF II�SURAT�CE is arr�ended aS fnllaws: 1. Paragraph 2. is repfaced Hrith the folfowing: �. The General Aggregate Limii is the most we will pay far khe sum of: a. Medlcal expenses under Coverag.e C; b. Damages under Co�erage A, except damages because of "iaodily injury" nr "pro�erty damage" inciud�d in #he "prodUcts-completed operations hazard"; c. C3arnages under Caverage B; d, Voluntary "pro�erfy d�mag�" payments under Coverage p; e. Gare, Custody ar Cor�trof damages under Co�erag� E.; and i. Lost Key Coverage under Coverage H. �. �'aragraph 5. is replac�d wiih tfi�e follawing: �, 5ubj�ct ta Paragraph 2, or 3, ahave, whichever appli�s, ihe �ach Occurrence Limit is the mast we will pay for the �um csF: a. parnages under Coverage A; b, Medica! expenses under Caverage C; c. Voluntary ��properfy damage" payme�ts t�nder Coverage Q; d. Care, Custody ar Conirol damages under Cov�rage E; e. Lfmited Pr�duct Withdrawai Expense under Covarage F; f, Cnntractors Error� and Dmisslons under Coverage G.; and, g. L.ost Key Ca�erage unde� Goverage H. 6ecause of a[I "badily injury" and "prnpe�ty damage" aris�ng o�t pf any one'bccurrence". 3. Paragraph 6. I� replaced wtfi� th� following; CGl. fl88 (C�2 2�) Includes copyright�d material of the Insuranee Services Oiffce, Inc., with its permissfon. f�age 11 of 14 CopyrighE2020 FCCI Insurance Group Insured Capy COMMERCIAL. GENEF2AL LIABILITY CGL A68 (Q2 21} 8, Subjeci to Paragraph 5, above the pamage To Premfses Rented To YQu L.imit is the rnast we will pay under Cov�rage A For damages because of "prop�rEy darr�a�e' to ar�y one premises, whJls rented to yot�, or in the case af damage by fire or explosion, while ren�ed to you or temporar�Iy occupied by you wifh permission of fhe owner. The Damage to Premfses Rartted to You Limii is the h�gher of the �ac� (7ccurrenc� Limit shown ir� tf�e qcclaratlons or the ar�ount shown fn the D�ciaratians as I�amaga To Prerr►ises Ftented To Yau Limii. 4. t�arageaph �. is replacer# witih the fvllowing: 7. Sub�ect ta Paragraph 5. a6ave, the higher of $94,ODQ ar the Medical Expense Limit shawn in the pec{arations is ihe rnost we will pay unc[er Cauerage C fflr ali medica{ expenses because of "bodily injury" s�stained �y any one persnn. 5. Paragraph 8. is added as follorus: 8. Subject to Paragraph 5, abave, the most ►n�e will pay und�r Co�erage D. Voluntary Property Darnage for loss arising aufi of any one "occurrence" is $1,500. 'ihe rnost wa w�ll pay ir� any one-policy period, regardles5 of the nurttber of claEms made or suits brought, is $3,000. 6. Paragra�h 9, [s added asfailaws: 8. Subject #o Paragraph �. above, the mast we w111 pay under Goverag� E. Care, Cus#ody or Controi far "property damage" arising out a# �,ny ane "occurrer�ce".is $1,a00. Ti�e masf we will pay in any one-pal9cy period, regardless of the number of claims made or suits brougi�t, is $5,�00. �. Paragraph 90. is addeci as f�llov�rs: �0. Subject #a Paragraph 5. above, the most wa r�vill �aay �nder Caveraga F. Limited Prad�act Withdrawal Expense for "produet withdrawal expenses" in any ane-policy period, regardless af ihe num�er of Insureds, "praduct v�[thdrawals" initiated ar number of "your pro�ucts" r�vithdraysrn is $10,00�. 8. Paragraph 11. Is acid�d as follows; 'E 1, Subject ta �'ar�qraph 5. abo�e, tf�e mosi +�ve will pay under Coverage G. Contractars Errors and Omissions for damage In any one-poficy periad, regardless ai the number af insureds, claims or "suits" brought, or p�rsons �r argan�zatians rnaking clairn ar brirtging "suits" is $1 Q,000. Far errora in con#ract or jQb spec{ficatians or in recommendatIons of praelucts or mat�rials to be used, ihis palicy will not pay for addiiinnal costs of products and materials ta be used that woul�d not have been incurred had the correci r�commendations or spec9ficat�ons been made. 9, �aragraph 12. [s added as falEdws; '12, Subject fo Paragraph 5. a�o�e, #h� mast we wil) pay under Caverage H., Lost Key Caverage for damages arising out af any orte accurrence 1s $50,400. 10. Paragraph 13. is add�d �s failovvs: 13. The G�neral Aggregate Lirnit appl9es separateiy ta: a, �ach of yaur projec#s away Fram prernises awned by ar rentad ta you; or fa. �ach "loc�tion" awned by or rented ta yau. "Location" as used in this paragraph means prem�ses involving the same or connecting lots, or premises wh�se connectian is interrupied anly by a street, roadway, watenlvay or righ#-of-way of a raiiraad. �19. PaP�graph 1�1. is added as follows: 14. With respea# ta the insurance afforded to �ny addiiional insured provided caverage under thl� �ndorsement: If coverage provided to the additional insured is required by a oantract or agreement, the mast we will pay on bef�aff of the addltianal insured ia #he amount nf insurance: CGL 088 (02 21) Inc�udes c�pyrlghtad rv►ateria! of the Insurattce Senrlces Oiflce, lnc., wilh its permiss[on. Page 12 af 14 Gopyright 2020 FCCI lnsur�nce Croup i�„�ea coPy COMMERCIAL G�NERAL LlA81LITY CGL Q8$ (02 21) a. Required by the contracf or agreem�nt; or b. Avaiiable und�rthe applica�le Limits �f ]nsurance; whichever is less, ihas endorsement shall nat increase the appfiica�le Limits of Insurance, S�Ci1DN IV — CON1M�FtCIAI. G�N�itAE. LlABiLli`Y CON�IiI�NS is amended as foEfow�; '�. Subpara�raph �.a. af �uties In The ���nt Of Occurrence, Offense, �laim, or 5uit i� replaced with the fallowing: a. You must see to it that we are na#ified as saon as pract[cable of an "oceurrence" or an offense which may result in a claim. This requlrement applies anly when tha "oec�rrence" or offense is known to fhe following; {1) An individual who is tf�e sole awner; (2} A partner, if you are a parkn�rship ar joEnk venture; (3j An "executive officer" or insUrance manager, if you are a cprporation; (4) A manager, if you are a limited liabi3ity company; (5} A persan or organization ha�fng proper temparary custody of yo�r properky if you dle; tS) ihe legal represenkatiWe af you ifi yau die; or {7} A person (okher than an "�mployee") or an organiza#ion whil� acting as your rea! estate manager, Tp the sx�enf possible, notice s�ould Include: (1) How, when arrd wher� the "accurrence" o� o�fense taok place; (2) ihe names and addresses of any injured persons and w'stnesses; and �3) The nature anef location of a�y injury or damage arEsing out of Eh�'bcourrenc�" or offense, �. The fallowing is added to Subp2�ragr�ph 2,b. of �uties in The �v�nt At (�ccurrence, Of�ense, Clairn, ar �uitc The r�quir�ment in 2.l�.applies only when the "occurrence" or affense is known to the follavring_ (�) An indivjdual wha is the sole own�r; �2) A partn�r or insurance manager, If you are a parEn�rship orjoint �enture; (3) An "executive officer" or insut�ance rr�anager, if you are � eprparation; {4) A manager or in�urance manager, if yau are a lirn�ted Ilabilify cornpany; (5) Your a�icia[s, trustees, hoard members or insurance manager, f� you are a not-for-profit organlzatlan; (6) A p�:rsan or organizati�n having praper t�mpo�ary custody of ynu.r property if yau die; (7) The fega! representaiive of you if yau die; ar (8) A person (nther tha� an "employe�") nr an orgar�ization whiie gcting as your real estat� manag�r. 3. The finflo+.ving is added to paragraph 2, of put�es in the �vent of f}ccurrence, O�Fense, Ciaim or 5uit: e. lf you re�ort an "occurr�ncen to your workers cvrnpensatior� carrier thaf deveipp� into a liability claim �or which coverage is providet€ by tf�e Coverage �orm, failure to repor# sucF� an "accurrence" to us at ih� time of the "occurrence" shal3 not ba de�med a violation o� paragraphs a., b., and c, above, However, you shall give wrltten notice of fhis "occurr�nce° ta us as soon as you become aware that this "occurrence" may be a lf�blllty clairrt rat�er thar� a workers compensafion claim. CCL 088 (02 21) includes copyrighied matarlal o# the insuranae 5ervices Office, Ina., with €ts permission. Page 73 af 14 Copyrighi 2420 �CCI Insurance Group Insured Copy GOMMERCIAL GEN�RAL LIABlL1TY C�l, �88 (02 21) 4, Paeagra.ph 6. is repiaced with th� failauuing: B. Representations By accepting this palicy, you agree: a. The stafements in the Declarations are accurata and complete; }s, Those sta#sr�ents are bas�d upon represen#ations you rnade to us; and c. We have issusd ihis policy in reliance upon your representatians. Any error or omiss9an in #h�: descriptian of, ar failure to compietely descrlbe ar disclose any premises, operations or products intend�d io be aor�ered by the Coverage �'orm will not invalidate or affen# coverage for fhose pr�mises, aperatians or produeis, �rovided such errar or om�ssion or failure ta c�mpletefy descrl�e or disclose premises, opsr�#{ons or producis was nai Intenfional. You mus# fepart such error or omission to us as soan as prac#icable after its discovery. Howe�er, this � prov€sion does n�t affect nur rigi�i ta callact additional premium charges ar sxercise our right af canceklation or nonr�newal. �. ihe failawing is added t€� paragraph 8. i ransfer Qf Rights t�f Recovery Against Oti�ers io Us: 1Ne wai�e any righi of recauery against any person or organizatian, because of any payment we make under this Co�era�e Part, ta whom #he insured has wa�v�d its right of reca�sry in a written con#ract or agreemeni. SucYt waiver by us applies only to the exfent that ihe insured Mas walved its right of racovery against such person or organization prior to lass. 6. Paragraph 90. Is added as foflaws: 1D. Liberalization If we revise thfs Goveraga Fvrm tn provid� more coverage without additionaf pr�mium charge, yaur po{icy wil{ automa#ically provlde the additiona[ cov�rage as a# the cEay the r�vtsion fs ef�ecfiive in the a�plieable atate(s). C�L 088 (D2 21) Inc[udes copyri�hteci material of the lnsurance Setvices Office, Inc., with its p�rmission, Page 94 of 14 Copyright 2020 FCCI {nsurance Group ��S�,�d coar POL]CY NUMBER: To $e Assigz�ed COMM�RCIAL GEEVERAL. LIABILI7Y CGL 121 (02 2�i) THiS ENDORSEM�N7 CHANG�S TFi� PQ�.ICY. PLEASE READ 17 CAR�FU�.I.Y. �#��1'T1�N�� 1�����9 � C�'k�N���, L������ g� ��Ni�t�4�`��R� — A� i t��i��1� ��'�T11� �i��l� k���1�IR�� lh� �OR���G�' �� A����M��i — ��IG�11�G ���a.�11'�9�M� r4i�� N���UC��d��NIPI.�i'�CD C3��E�AiI�'�� {T��Ce�� �,91f�i1��� ���.� �i���9��iV��} T3�is endarsement modifies insurance provided under#ha following: G�3MMERCIAL G�f��RAL LfAB1LITY COVERAGE FORM ., � _ SCHE�ULE (�P'TI�NRL)....` Name of ActdiEinnal Insured Persons or Org (As r�quired by writken contraat or agreernenf per Paragraph A, below.) Locat�ans af Gaverecf �perations {As per #he written cantract or agreement, provided the It�eatfan 9s within the "cnverage territory",} BLANKET (lnfarr��ilon required to cflmplete #his Schedule, if nat showr� abave, v�ill b� shawn ir� the Declaratians.) A. �ection !1— Valho Is An Insur�d is amended io lnclude ss an additional insured: 1. Any person ar vrg�nPza#i�n far wham yau are pe�forming ap�ratians when you and sueh persan or organlzation have agreed in wriiing �n a contraet or agreement In ef�eci during fhe term af this policy that such p�rson o� vrganiaafion be added as an arfc�iflonal insured an your policy; and 2. Any ather p�rson or organization you are requlred to add as an additional insured ur�der the contract or agreemenf described fn Paragraph 1. a�ov�; and 3. ihe pariicular person or organiz�tlon, if any, schedul�d above. Such person(s) or organization(s} is an addifianal Irt�ured only w[th r�sp�ct to liability for "bodily injury", "praperty damage" or "�ersonal and ad�ertisfng Injury" accurring after the execufion of the contract or agreemen# described in par�graph 1. above and caused, in whole or in part, by_ a. Your acfs or omissians; qc b, "ihe acts or omissions of tl�ase aoting nn yaur behaEf; in the per�armance of your ongoing �peratians for the sdd9tiona:l Insured; or c. "Your work" performed for the additional insured and included ir� th� "prQduc#s-completerf opsrations hazar�" if such coverage is s�ecifically required in tP�e wriften contr�ct or agreerr��nt. VVith r�spect to Ila�ifity of the addikional insured far "ba�ily injury" of an e�ployee ar �gent of a rramed insured ar th�: employee of a named insured's subcontra�for, coverag� shall ap�ly far the partiaf or sq9e negHg�nc� af the addi�lanai lnsured, hut o.nly if such coveraga is specifically required in the written contract or agreemenf. Howe�er, the insurance af�orried io sunh additianal insured(s) described abpve: a. Onfy appfles fo the extent permitted l�y law; b. Wiil not b� broader than that wh€ch you ara required by ihe contract or agre.err�ent #o prq�ide #ar such additlanal insured; CGL 921 (02 21) Inalud�s copyrighted material oF the Insusanne �ervlces Office, Inc., with ffs permission. Pags 1 of 2 Copyright 202Q �GCI InsuraRce Group. 4uorE PQLlCYNUMB�R:To B� Assigned GOMMERClAL G�N�RAL LIA�If.l7Y Cf� L 'f 2'f (Q2 21) c. Will not be broader #han that which is affarded io you und�r this palicy; and d. Nathing herein shafl extend tf�e t�rm af #his pol�cy, B. The insur�nce pra�ided tfl the additional insured does not apply to "badily injury", "property damage" or "personal and advertising injury" arising out ai ihe rendering c�f, or ths faiiure to render, any prafesslonaf archit�ctural, engineerin9 ar survey�ng sarvlces, including: 9. 'ihe preparing, approving, or failing ta prepar� or approv�, maps, shap drawings, opinior�s, reports, surveys, �ield orders, change arders or drawings and spec�fications; ar 2. Supervisary, inspectiar�, architectural or engi�eering acfivlties. C. 7his insuranc� Es excsss o�er any other valid and coflectible Insurance available to the addifional inaur�d whether vn a primary, exaess, con�ing�nt or any other bas9s; unless the wriften contract or agreemenf requires fhat this insurartce �e prlrnary ar�d non-contrtbu#ory, fn whlch case t1i[s insuran�e will be prIrnary and nan-cantributory relat[ve to insurar�ce on which the additional insured is a Named Insured. D. V11Ith respect to ths insucance a#ford�d tv thes.e additional insureds, the folbwing is add�d io 3ection lil -- Limits of lnsurance: 7he most we will pay on behalf of the addit��nal insured is fhe amount of insurance: 1. Ftequir�d 6y ihe contract or agreem��n� described in Paragraph A.1.; or 2. Available under i1�e applicable l.imits of lnsuranc�; whichsver is less, TE�is endarsement shall naf incrsa�e #he appifcabl�; L[mlts of Insurance. E. Sect�on IV — Commercial General Liability Conditions is amertded as fol9ows: `�he buties In The �vent of Occurrence, �ff.ense, Claim or Suit condition is amend�d to add the foflawing addi#ianai cond�tions appliaable ia the addi#ional insured: An additinna[ insured under thfs endorsem�nt rr�ust as soon as practi�sbl�: 1, Give us wriiten notice af a� °accurrence" vr an offense vKrhich may resulfi in a claim ar "suit" under this insuranee, and of any clafm ar "sult° tl�ai does result; 2. Send us copies of all legal paper� received in connection with the cialm ar "suit", cooperate with us in the invesfigaiion or settlemenf vi the claim at defense against the °suit", and otherwise comply with all poflcy conditions; ant{ 3, Tender the defense and indemnify af any c!a[m or "suit" to any pravider of ather insurance which would Gover the additianal iRsured for a loss we cover under this �ndorsement and agree fo make auailable all such other lnsurance. However, thfs condition does not affect Paragraph C. abave. We have na duiy to defsnd or indert�nify an additional insured under this endnrseme�t until we recei�e fram the addiiiona[ 9nsured wriiten notice of a clalm or "suit". F. T�is endarsement does not apply to any �dditional Insured ar project that is specifcally idenfified in any other additior�al insured endorsement attached ta the Commercial General l.iability Cov�rage Form. CGL 12�i (02 2� ) Includes oopyrighfed makerlal of the [nsurance Servic�s O[fice, Ine., wifh Ets permissiQn. Copyright 2020 FCCI lnsurance Graup, Aage 2 of 2 QUOTE POLICY NUMB�R: "io Be Assigned COMM�R�IAL. GEN�RAL LIABIL,ITY C� 2�4 0� 12 �� TbIS �IVi}QR��AfI�Ni �HANC��S ib� �9�i�Y. �LE,�S� R�e4� I� ��4R��'L�LLY. '�1�11��1� �� i R��l����. �� I�I�MT� �� Ft���V�R�' ���I�J��' ����R� i� l�S ��1,�1�l�� ��' SU��.�C���t��l) ihis endorsement �todifies Insurance pro�ided under the follawing: COMMERCfAL GEN�RAI. LIABILITY COV�RA�� PART �L�CTRONiC �ATA �.IABlL11"Y COV�RAGE PART LIQLl�R LlABILITY COV�RAG� PART �OLLUTiON LIABILITY COVERAG� �ART D�SIGNATEQ SiTES POLLIJTI�N LIABILITY L.IM1T�b COVERAGE PART D�SiGNATED S17'�S PRODUC�'SICOMPLETED �P�RATIONS I.kARII.ITY COVERAGE PART RAILROAD PROTEG7iV�'LIABILETI'` GaVE�RAG� PART UND�RGRQUND S70F2AGE TANK POi,ICY f}�SIGNAI"�� 7A1�K5 SCH�DUL� Th� follov�r�ng is added #o Paragraph S. Tran�fer Of Righ4s Of Recovery Against Oth�rs i'o lJs o� Section IV -- Conditions; We wai�e any right af recov�ry agaft�st the person(s) or organizafion(s) shaw� in the Sc�edule a�av� because af payments we make under this Coverage Part. Such waiver by us ap.plles only ip ti�a extent that t�e insured has waived its rig3�t of reca�ery against such person(s) pr r�rganixatlon(s) prior to loss, �'hls endorsement appli�s only to the person(s) ar organizaiion{s) shown in the Schedule above. CG �4 0�6 Z2 19 O Insurance S�rvices Office, Inc,, 2018 Page �) af 'E 4UOTE COMMERGIAL AU�O CAU D58 (D5 '19j THIS �NDORS�IVl�iVT CHANGES TH� POLIGY� PLEASE REAR IT CAREFULL.Y, J�1��� F� r��� �:i��1��s� �;����+�� �i1��������i�1 ihis endars�menfi modifies insurana� provided under the following: BU5IN�SS AU70 COVERAG� FORM NQ7E: ihe follawing are additions, repkacerr�enis and am�r�dmenis ta the Busl�ess Auto Coverage Forrn, ar�d will apply unless exal�ded �y separate endorsement(sj to the Business Auka Coverage �arm. With respect to eoverages provided by this endorse�nent, the pr�visions nf th� Business Auto Coverag� Form apply unlass modified �y this endorsement. "Che Business Auto Co�erage Form is ar�tended as f�flows: ��,Gi'ION Il -� CDV�R�D A#JTQS LIABIl.17Y COY�RAC#� is amended as follows; A. Paragraph '1. Who Is An [nsured in �ection A. Co�erage is am��ded by the addifion o# the following: d. Any legally incorporated subsidlary of yours in which you own mare than 5Q% of tM�a voting stack on the effective date oi this coverage form. Howe�er, "insured" daes not include any subs{diary that Is an "insured" under any other liabilify policy or wauld be an "insu�ed° under such a policy bui for its #ermination or the �xhaustian of Its lim�cs of insurance. In arder for such subsidiaries to be considered inaured und�r this paficy, you must notify us �f such subsidiaries withln EQ day� of policy effect9�e date. e. Any organizatian you n�wly acquire ar farm during the policy period, other than a partnership or joint venture, and aver whieh ynu maintafn sole awnership ar a maj�rify interest. However, coverage ur�der this prouision: {�1) Does nai apply if the or�anization yau acquire or form is an °insured" under another liability policy ar would be an "insured" under such a policy but for its termfnatlon or the exhaustion of its [imits of insurance; (�) paes not apply to "bodily injury" nr "property dar�age" that accurred befare yau acquired ar farmed fihe organizatian; and {3) 1s afForded anly for the fiirst 8D days after you acquire or farm the arganizatian ar uniil the end of the � policy pe�'iad, whi�hever comes fiirs#. �. Any persQn or arganization who is requlred under a written aoniract or agreement betw�en yflu and that � person or organizafio�, that is signed and executed by you before tF�e "bodiEy injur�' csr "property damage" occurs and that is in effect during the poficy period, to �e named as an addi�ional insured is an "insured" for Liability Coverage, but oniy for dar�ages io which tf�is lnsurance applies an� only to the exkent that p�rson or org.anizatian qu�lifies as an "insured" underthe Who Is An Insured pro�is3vn contained In Sec#ion i1. g. Any "employee° of yours using: {'i ] a eauered "auto" yau do nat awn, hire or borrow, or a cavered "auio" noi owned by art "employee" or a me�rtber of his or h�r househald, while perForming dutles related to the conduct of your busines� or your p�rsonal affairs; or (�) an "auto" hired or rented under a oor�tract or agreement in thaf "emplQyee's" nama, with your permissian, whiie perfarming dut9es related to the cvnduct of your businass. Hawever, your "employee" daes not qualifiy as an insured u�der this paragraph (2} while using a covered "auto" rent�d fram you or frorn any m�mber of the "emplayee's" household �ALI 058 (0519j lncludes copyrighted material of ihe Insurance Services Of#ica, Inc., with its permission. Page 1 of �4 Copyeight 20� e FCCI lnsurance Group. cwar� cann�n��c�a� a,uTo CAU Q58 (�6 19) h. Your members, iF you are a limifed lia�ility cQmpany, while using a covered "auto" yau do not own, hire or borrovv, while p�r€orming dut€es related to the conduat of your business or your p�rsonal afFairs. �. Paragraphs (�) and �4j under sec#ion �. Caverage Extensions, a. Supp[ementary Payments �r� deleted arrd replaced hy khs folfowing: (�) Up #o $3,pp0 far cost df bail bonds (including bands fnr related traffic violations) required because of an "accident° we cover. We da not ha�e fo furnish these bonds, (4) All reasonable ex�enses incurred by the "it�sured" salely at our request, including actual lass of earnings up to $5D0 a day because of time off from work. �, Paragraph 5. under section B. �xcl�slons is deleted and replaced by the following; 8. Feliow Empinye.e "E3odfly injury" ta: a. Rny fel�ow "empfaye�" of the "insured" ar�sing aut af and in tf�� course of a fellow "employee's" ei'riployment ar while pertorming duties related io the conduct af your business. Howe�er, thi.s exclusian does nofi a�ply to your "emplayee9" ihat are officers or managers if tY�e "badily inJury" results fram the use of a aovered "auto" yau own, hire ar barrow. Coverage is excess over arry nther collectible i�surance; or b. 7�e spouse, ehild, parent, brnther or sister of that fellaw "emplayee" as a aonsequence of Para�raph a, abpv�, ��C'TfON IEl — P�1YS]CA�. C�AMAGE CC}V�RA�� is amendecE as folfows: A. Paragraph �. Coverage �t�nsions ur�der sec#ion A. CoVerag� is d�leted and replaced by the fallowing: 4, Caverar�e E�enslpns a. Transpa�tatian �xpenses W� w[I1 pay up to $5� per day to a total maximum of �1,500 for temporary #ransppriation expense incurred by you due to covered loss ta any covered auta. �1Ve will �ay an{y for those covered "autos" far whleh you carry eiEher Comprehens�ve or Speaified Causes Of Lass Coverage, We wlll �ay far temporary transpartatian expenses Incurred during the period �eginning 24 hours after a foss and ending, reg�rdless of #he policy's expira#ion, when fhe covered "auto" is returned to use or we pay far its "loss". b. Loss of Use I�xp�nses �or Hired Aufo P�ysical Damage, we will pay expenses for which an °Insured" becotnes legally r�sponsible ka pay far lass t�F use of a vehicie rented ar hlred without a dri��r ur�der a written rental cpntracE ar agre�ment. We wlq pay fnr iass af use expenses if caused by; ('[j Other than collisi�n anly ifi the Declar�fians IndicaFe that Campreher�slve Cou�rage is provided for hired "autas"; (�) Specified Causes of Loss only If the Declara#ions indicate that 8pecified Causas of Loss Co�erage i� provid�d for hired °autos"; or �3) Col€is�on only if the D�cfar�tions indiceie that Collision Coverage Is pro�ided far hired "autos". Howe�er, the mast we will pay far any expens�s for loss of use to any one vehicle Is $75 per day, #o a total rr��ximum af $1,�00. �. The follov,iing is added io paragraph �. Coverage Extensions under section A. Cov�rage: c. Ftr� I]epartrnent 5ervice Charge When � fire cleparttrtent is called to sa�e or protect a cavered "auto", i�s equipment, ita contents, ar occupants from e cor�ered cause of 9nss, we wi!! pay up to $�,O�R for yaur 19abi{Ity for fire department servic� cl�arges assumed by contractvr or agre�m�nt prior io loss. Na d�ducilble applies to this additional caverage. CAU Q58 (p5 99) Includes copyrighted mat�rlal oF the Insurance Services O�iee, inG„ with Its �Oermission. Pag� 2 of q Capyrlght 2018 FCCI Irlsurance Group. QUOTE GOMM�RCiA� AUTO CAU a�8 (0519) d. Auto L.oar�l�,ease Qap Cvver�qe 7he fallowing pro�isions appiy: (9j If a long term leased °auta", under an ariginal lease agreement, fs a covered "auto" under this coverage forrr� and the lessor nf #he covered "auio" is named as an additional fnaur�d under thfs palicy, in #he e�ent af a tota! loss ta the leased cavered "auto", we wiil pay arty unpaid arrtount due on the I�ase, less ihe amoun� paid under t}te Physical bamage Cov�rage Sectio� of the palicy; and less any: (a) �7verdue Isase nr loan payrr�ants includfng penalfies, in�erest, or oiher charges resuIting from averdue payments at fhe time of the "ioss"; (b} Financia[ �enalties ir�tposed �ndsr a lease for exc�ssl�e use, al�normal wear ar�d tear or hlgh mileage; (c) Securiiy deposits not refunded by the lessor; (dj Casts for �xfended warranties, Cre�it Life insurance, Mealth Recidenfi oC �isability insurance purchased with the loan or lease; anci �e) Carry-over balances fram previous laans or leases. (2) If an �wnad "auto" is a covered "aut�" underthis coverage farm and th� loss payee of the eov�red "auto" is nam�d a loss payee under th�s palicy, in the event nf a tofal loss to #he covered "auto", we will pay any unpaid �mount due on #he loan, less the amnunf paid under the Physic.al t7amage Cov�rag� 5eciion of the policy; and [e�s any; (a) Overdue loan paym�nts ai the time af f�e "loss"; (bj Costs far extended warranties, Gredit Life lnsurance, Nealth Accident or Disabil'tty Insurance purchased w[th t�te loan; and �c) Carry-over balances �rom previous loans. C. Paragraph 3. ur�der section B. �xclusions is d�lete� and repEaced by t1�� follov�ing: 3, W� w[II nat pay for "loss" due ar�d conf�rred to: a, Wear and tear, freezing, mechanical or electrfcal �reakdown �. �lowouts, ,punctures or other raad damage to tire�s This exclusian does not ap}�ly to such "lass" resulting from the total thef# of a co�er�d "auto". Hawever, this exciusian does not inalud� the disaharge of an airk�ag in a covered "auto" you own tha# inflates due to a ca�se other th�n a cause of "loss" se# forth in Paragraphs A.9,b and A.1.c.�ut on1y. a. tf t#�af "auto" is a covared "auto" far Comprehensi�� Caveraga undet this policy; b. 7M� airbags are nat ctivered under any warranty; and c. The airbags wsre naf int�nfi�nally inflated We will pay up ta a maxirnum of $1,00� far any one "iass°. D, Sectian D. beduc�ible is deleted and replaced iay the following: D. Deductlb[e For each covered "auto", nur obligation #o pay for, repa9r, return or replaae damaged or stolen property will be reduced by �he applicable deductibls shown in the Declaratians subJect ta th� foliawing; Any Comprehensf�� Goverage deductihle shown in fhe �3eelarations does not a�p1y to: (1) "Loss" caused by fira or lightning; and (�� "Loss" arlsing out af tY�eft of your vehicle lf your v�hicle is eyuipped with an activ.e GPS tracking system. CAU 058 (0619) Includes copyrighted material of ihe lnsuranee Services Offica, knc., wlth its �e�rnission. Page 3 pf 4 Copytight 2018 FCGI fnsurar�ce Grnup. QURTE GC)MM�RCIAI, AfJTO CAU 058 (0519) (3) Glass damage if repalred rather than replac�d. SECTIOhI IV —�USIN�SS AUTO CON�ITIOi�S �s am�nded as folJows; A. Th� foflov�ing is added ta paragraph a. ur�der saction A. �oss Cc�nditions, �, �utEes in the Ev�nt of Aacid�ni, Cfaim, Sult or l.o�s: This cEuty applies when the "aceidertf", claim, "suit" or "loas" is first known to; (a} Yar�, ifi you ar� an indiv[dual; {bj A partner, if yau are a partnership; (c� An executide officer or insurance manager, if you ar� a�arporatlon; or (d) A msrnber ar rnanager, if you are a li��ied Iiak�iEity company. B. �ondifion 5. 7ransfer of Rights oi Recovery against Others ta Us under s�ctlan A. Loss Condi�ions is deleted anc€ repiaced by th� #oflowing: 5. 7rans�er of Rights af Recovery against Others to Us If a person or organizatian ta ar far whom we make paym�nt under fhis ca�erage form has rights to recover damages €ro.m another, those rig��s are transferred ta us, Thst persan ar organization must do ev�rything necessary to secur� our r�ghts and rr�ust do noihing after "accident" or "loss" to impair them. Howe�er, if the insured has walved righks to reco�er #hrough a written cor�tract, ar if your work was �amm�nc�d under a I�tter o# intent or wark arder, subject to a subsequent re�uatian in writing of euch a wai�er with customers whose customary contracts r�quire a waiver, we walve any right of recovery we may hav� under fhis coverage Form. C. i"he #oflowing is added to Cond9iion 2. Coneealment, Misrepr�serttatEan or �raud under section B. �eneral Conditians: However, if you unin#enilonalEy fail io disclose any hazards at ti�e inception of your policy, we wlll not deny caverage under fhis coverage farm beeause of such failure. ihis pror�isian da�s not affect our right to co4lect additiona! pr�mium or exercise our right oF aancel]ation or non-renewal. D. Para�raph h. of Condition 5. U#her Insurance �nder section B, G�neral Conditions is deleted and replaced by the followir�g: �. �or Flired Auto Physical Dart�age Cqveeage, the following are deemed to be cover�d "auios" you flwn; (1 j Any covered "aufo" yo�a lease, hlre, rent or borrow; and (2) Any cnvered "auto" hir�d or rented by your "employee" under a contract in that 1ndi�idual "empinyee's" narrie, wifh yaur p�rmission, wh�le p:er�orming duties reiated to the conduct of your business. Fiowever, any "�uto" that is le�sed, hired, rentc�d or borrowed wit� a driver is no# a covered "auto", nor is any "auto" you hire from any of your "emplayaes", partners (if you are a par�nership}, members {if you are a lirr�ited liabilify company), or me��ers of thelr househa[�s, CAU �58 (fl� 99) Inc�udes capyrighted material af the Insurar,ce S�nrices Of#ice, Inc., wifh Its permiss'san. Page 4 of 4 Copyrighf 20°(8 FCCf Irtsurance Group. Quare COIVIMERCIAL AUTOMOHILE CAU D82 (4'f 15) TMIS �NDORSEMEN7 CMANGES THE PpLICY. PE.EAS� READ IT CAR�FU�LY. ,�l�iQ�iiAil� l�a�Ft�� � �ll�l�l��� �U�� ��LI�Y P4�IIVIARYIN�N�CO�lTfil�UYIN� �'a11H��1 R�QUI�E� �Y C�N�'R�i�� This endarsement modifiies insurance provided under the fo[lawing: BUSINE55 AUTO COV�RAGE FORM This endorsement is subject to the terms, canditions, exclusions and any other provisivns of the BUSIN�SS AUTO COVERAGE FORM or any endorsemen# aitached the�eto unless changes or additions are indlcated he{aw. Fnr the pur�ose of this endarsement, Section ILA,1. Who Is An lnsured is amended by adding the follawing: 1. Any person ar organizaiion when y�u and such person have agreed in writing in a conttact signed and executed by yau priar to the loss for which co�erage is sought, that such pe�son or organizakian pe added as an "insured" on your auto palicy. Such person or organization shall be an "insured" to fhe extenk your negligent actions or omissions impose liability on such "{nsured" without fauEt on Tts part. 2. This insurance is �rimary and non-contridutory to other liabifity caverages of the person ar organizatian being added ta this policy as an "insured" when so required in a written cantract or agreement that is executed prlor t4 the loss for which co�erage is sought, CAl! 082 (01 15) IncEudes copyrighted material of the Insurancs 5ervices Office, Inc„ with its permisslo�. Page 1 of 1 Capyright 2015 FCCI lnsurance Group. QU6TE PQLICY NUMBER: CPP100064897 IL p91 (�'I 15} THIS ENDOR'SEM�(�iT CHANCaES �'FE� PQLICY. PLEAS� R�AD fT CAREFULI.Y. r'iit�1����1�J A't!� 1 �b� �l� �+r�l�d����d�,���J� IrriQ��6J�6i �� �� This endars�men# modifies insurance prauided under the �opowing: AU70 d�ALERS COVERAGE F�RM BI�SIIVESS AUT(7 COVEF2AG� F'ORM BI�SlNESSOWN�RS CC?VERAG� FORM COMM�RCIAL CRIA/1E COVEiRAG� FQRM CpMM�RCIAL. G�i�EFtAI� LlABILIiY COVERAG� pART COMM�RCIAL INLAND i�IfAR1NE COVERAG� P�1RT COMMERCIAL LIABILITY UMBRELiA COVERAGE FOftM COMM�RCIAL. UUTPIJi �'OLIGY CQMM�RCIAL PRQI'�R7Y COVERAG� PART FARM COVERAGE PART FARM UMBRELLA CQl/ERA�� FC)�tM LIQl10R �IABILITY COV��tAG� PART MOTOR CARRIER CC7VERAG� FORM PR�DUCT WITHbRAWAL COV�RAG� PAR7 PROpUCTS/CaMPL��'�C} OP�RATiC3N5 LIAB1LfTY COV�RAG� PAR7 SCH�DU�E A. lVumher of Days' fVQtice: 30 B. Person(s} or Org�nlzatlon Name and Address: (If no entry appears aboue, iITfarmatian required to compJete this Sched�[e will be shown in the Declarations as applicabl� to the endorsemen#.} For any sta#utorily pert�r�lfted reason o#her than r�onpaymen# of premium, �he number of days required for natic� af cancellation to #h�: first Named Insured, as provided in F'ara�raph 2. of eit�ser the Gancellatinn Common Palicy Canditian ar as amended by an app[icabie skafe cancellafian e�darsement, fs incr�asad tn th� nurr�ber of days shown in ltem A, in the Schedule above. Wher� a p�rson or organizatian is lis#ed in item B. in ihe Schedule above, the numb�r af days nat€ce in i#em A. also applies ta the p�rson(s) or orga�iaation fisted Cn the schedul.e. IL �11 (p1 T5} fncludes copyrlghted materiaE of the lr€surance Services Office, Inc., with its p.ermission. Page �I of b Copyright �.0�5 �GCf lnsurance �roup. quo�e po�.ic�r r�uMa��: ur�s�nao�aaa9-oa i�- a� 3 t�� ��) THlS �f+I�QRSEMEI�T GHANG�S TNE POLICY. P�.EASE R�AD 17 CAREFULLY. �I�I�N��L� N� i l�l� ��' �At����,L� i iQN �R�ifiD�D Blf t�� This endorsement modifies insuranc� providerf under the following: AtJTO DEALERS C(�V�RAGE F'OFtM BUSINESSAUiO COVERAG� F�RM BC�SiNESS�WN�RS COV�FiAGE F�RM C�iV1MERCfAL GR[ME COVERAGE FaRM CQIIIIM�RCIAL GEI�ERAL LIABIL.ITY COVERiAGE PAR�` COMMERGIAL 1NLAND MARIh1� CO1lERAGE PART COMMERCIAL LIABILITY UME3RELLA COV�RAG� FOI�M COMM�RCIAL OE1iPUT !'C)E.IGY GC}MM�RCIAL PROP�R�"Y C�VERAG� PART FARM CdVERAGE PART FARM UMBR�LLA COVERAGE Fl7RM LIQU�R LIABlL1TY COVEf�AGE PART MOTQR CARRI�R GOVE�ZAGE F4RM PRODllCT WITHDRAWA�, CUV�I�AGE PART PROl�UGTSICOMPLETED OP�RATIQ{V� �IABILI`fY CQVERAG� PART SC�iEDI�LE A. Nurriber of Days' Natic�: 3a 8. Persan{s) or Organizatlon �fame and Address: ({f no eniry appears abova, infiormatio� required to complete this Scheduls wiil be shown in the i�eclarafians as applfcable to the endarsemsnt.) �or ar�y statutvrily permitted reasan other than nonpaymsnt of premfum, #he num�er ofi days required for no#[ce af cancellation to the first Named Insure�, as provided in Paragraph 2. of either the Cancellation Common Policy Gondifior� or as am�nded by an applicab[e state canceflation andorsement, is increased ta the numb�r q#' days shawn in ltem A. in ttie 5chedule abaue. �fllhen a persan or arganization is listed �n ltem B. in the Scnedufe above, tha nurrtber oi �ays natice in item A, also app[ies to ihe person{�) or organization listed in the schedule. IL 011 (Q1 15) Inafudes copyrighted rnateriaf of tha insurance Services Office, lnc., with its permfssion. Page 1 of 5 CQpyrlght 2095 FCCI knsurancs Group. auor� COMM�FtCIAL �IABILITY LJMBRELLP, UMB 179 (O7 09) TNIS �N�3URSEMENT C�IANGES iHE POLICY. PLEAS� R�AC} IT CAR��U�,LY, �4��1T1��i�►IL i4��U��� F�h�II�i�RY 1 �V�� ��pV � �I�U��71�Y ��V��a�,C� Th�s endorssment rtZodifies insurance �rovided und�r the �allawing: COMMERCIAL LIASILITY UMP,R�LfA COVERAGE PRRT The fallaw�ng replaces S�CTi�N IV — COI��I i IONS, �aragraph s. "othee lnsurance" �ubs�ctlan a.: a. 7hls insuranc� is excess over and shall not eontribute wifh any of the ofh�r insurance, wh�e#her pritt�ary, excess, contingent or on any o#her basis. This condition wil! nvi apply #a insurance speeifieally written as excess o�er this Coverage Part. The abov� wi[I apply to add�tianal insur�ds unless a written contract specifically requires that this Insurance be primary and nanaor�#rF�utirsg as to the additinnal insured. 7he writte� cantracf must b� ct�rrently in effect or beGarr�e ef�ective during the ferm of t�is palicy and must be execut�:d �rEor to #h� "badi�y injury°, °property damage" or "personal and ad�er�ising injury," When #his insurar�ce Is exc�ss, we wlll have no duty under Cauerage R or B fo defend the insured agalnst any "suit" if any other fnsurer has a duEy to defend t�� insured agalnat that °suii", If no other insurar defends, we will undertake to do so, bu# we wi[l be entitl�d to the insured's rights aga9nst aEl Ehose ofher insurers. UMB 979 {07 09) includes cnpyrighted Materiafs of the lnsuranae Services Qffice, Inc wltit its permission. Page � oF 1 Copyright 2009 FCGI Insurance Grnup. c1uoT� COMM�RCIA�, �IA�i�I�Y UMBf��Ll.A CtJ 24 80 7 � '19 ir�l� �N��R��t�l�f�7 �bANG�S TH� �OLICY. P���+SE �t�A� i'� CA���U��'�(. YY�i Y ��. �� ��r�����Li. �f ��k:7��� �� ���� Y ��� �r�A�!VS�T c�'�►��IER:� �`� [�� �i'�i�'��. �� ��l�i���� I ���� � �►����i� � l� This endorsr�ment modifies insurance provicf�d under the fol[nwing; �OMM�RGIAL LIASIL[TY UMBR�LLA GDVERAG� PART 7he �ollawing is added io Paragraph 9. iransfer Of R[ghts Of Recnr►ery Against �thers To Us of Sectian IV — Conditions; UVe waive any right afi recoWery agai�s# any persan or or�anization, because of any paym�ni we rnake under this Cav�arage Pari, ta whorn the 9nsur�d has v,raived its right of reeovery in a wri#ien contract or agreement. Such waiver by us appiies only ta th� extent that the insu�ed has waived its right of recovery against such persan or arganization prior to fass. Gl1 Z4 �0 �i� '[9 O lnsurance S�rvices C}ffice, Inc., 2018 �'age 1 af 1 auore , r � ����l�t�.� WORK�RS' COMPENSATEQN INSURANCE ►Ni?RK��tS' CONiP�P�SA710{� AND '6�V� �� �3 O4 � EMPLOY�RS LIA�IL,�TY PO�.ECY Insured copy r��s �v��v�� �� �u� �.���� �� �EGa��� ���a� o°����� �N��������v°� Ti�is enddrs�:menf applies only ta the ins�srance provided by the policy because %xas is shown tn I#em 3.A, of the Infiorrr�ation Page. We hav� th� right to recover our payments from anyane liab[� for an injury covered f�y this p.a{icy, We will nat enfarae our right against the peeson or organization named in the Schedule, hut this waiver applles only wlth respect to bodily In]ury arlsing o�t af the aperatfons described in th� scheduE� +r�h�re you are required by a wr[tten c�ntract to abtain this wafver from us. Thfs endarsemen# shall nat oparate dir�ctly or indirectly to bene�lt anyane nat named in the SchEdule. 7he premiurn for this endorsement is shown in fh� 5c.hedule, .�ch�r�ule 1, ( ) Specific Waluer Nattte of person or organizafion (X) Blanket Waiver Any per5on br arganizatlon far whom the Narned I nsured has agreed by written confract to furnish this waiver. 2. Operaflons: All isxas aperatfons 3, Pre�ium; The pr�mium charge far this �ndorsement shell be 2.00 perc�ni of the premium de�eloped on payroll In connection with vror�C perforrt'3ed far the abave parson(s) or organizaflon(s) arisfng out af the operations desorlla�d. 4. Advance Premium: lncludsd, see lnformat€on Page � ThEs endarsement changes the po€icy to which If ls attac€ied effeotiv� ore tl7e lnception date of the pollcy untess a differenf date is inciicated belnw. (The foliawing "attaching cfause" need be compieted or�ly when tttls endnrssmeni Is issued subsequent #o pr�paration af the palicy,) 7his endarsemeni, effective or� 211122 at 12:01 a.m. standar�d time, €orms a part of: Pollcy no, 0�02073C749 of Texas Nfutual Insuranc� Company effecfiv� on 2/1122 Issued ta; TNE FAIN GROl7P 1NC This is nat a bill NCCI Carrier Code; 2.9939 �/� Authorized representafive ��2eizz PO Box 12058, Ausfin, TX 78711-2�5$ 1 of 1 #exasmutual.com ((800) 6�9-5995 ��ax (8Q0) 35�-(}85p WC �42 q3 pq B r � � ��� � � � � W�RKERS' COMPENSAil0�1 INSURREVCE Wi�RKERS' COM�ENSJ#�iaN AND ��: �� O� �� �MPi.0Y�R5 LIA9IL.ITY POL4CY Agent copy z�x�� �nrtc� o� ��°r�Ri�� c��►��� ��v�o�s��n���r This endarsem�r�t app[fes anly to #he Pnsurance pravl�ed by the policy becausa Texas is shc�wn in It�m 3.A, of ti�e InforEnetian Page. In #he sveni af canesllation nr nth�r material ehange af the pali�y, we wi[1 maii advance notice fo the per�on ar organlzation named in the ScheduEe. The number of days �dvar�ce notice is shown in #he Schedule. This �ndorsetnent shaU no# operate directly or indir�cily to benefik anyone not named in the Sch�dul�. �ch�dule 9. Number af days advance notice: 2. �[otPce will �e mailed ta: 30 �'�R l.1ST ON F1LE This endorsement ehangea 1he pallcy to which it is attached effeetive on ihe Ineepiion da{e of the poliey unless a difFerent d�te is Indicated helow (The follnwing "attaching ciause" need k� completed on{y �vhen thEs endarsement Is isausd suhsequentio preparation of the policy.) This endorsement, etfecElve on 2l2122 at 92:Q1 �.m. sdandard iitne, forms a part of: Palicy no. 0002073Q49 Qf %xas Muival Insurance Corr�pany effactive on 2/1122 Issued to: 7HE FAIN GROUP 1[VC F're[nium Change; $OAO This 9s not a hill NCCI Carrier Coda: 29939 �ndorsemant no. 1 �,� Authorize.d representative v�f2z PO Box 12fl58, Ausiin, 7X 78711-2Q58 1 of 1 texasmutual,com �(BD�} 859-5995 � Fax (80D) 359-0654 WC 42 Q6 0� POLIGY NLIMB�R; CPP100066127-04 IL Q'�9 (D'i 15) THIS ENC�ORB�MEN.T CHANGES TH� PD�.fCY, PLEAS� R�A� 17' CA�EPULLY. ����a��� ��°���� �� �,�����.��T��� ���vi��� '�v �� 7his endarsement modifies insurance pravid�d under the fallowing: AUT� DEAL�RS COV�FiAG� �ORM BiJ51NE5� AUTO COV�RAGE FQRM BUSIN�SSOWNERS COVERAGE �'�F�M COMMERClAL C�tIME CdV�F�AGE F�I�M CflMMERCiAL GENEf�AL 1.IABII.lTY COVEi�AGE PA�T COMMERCiAI. INLAND MARINE COV�RAC�� AART COMM�RClAL LlABEL[TY UMBRELLA C�VERAGE FORM C�MME�GIAL OUTi'UT POL.iCY GOMMERCIAL PRO�'�R7Y COVERAGE PART FARM COV�RAGE PART FARM UMBRELLA COVERAGE FOFiM L[QUQR L.IABiL.ITY COV�RA�E PART M070R CARRI�R COV�RAGE �ORh� PRODUCT WIiHQRAWAI� COV�RAGE PART PRODUCT5/GQMPL�T�p OPERATIO�IS LIABfLITY COVEF�AGE PART SCHEL]ULE A. Numb�r of Days' Notice: 30 B. Psrspn(s} or Organizafion f�ame and Address: (If no entry a��ears abo��, It�formation required to complEte fhis Sci�edule will be shown in the Decfara#ions as ap�licable to the enciorsernent.) F'or a�y statutorily p�rmitted reason otherthan nonpayment of premium, #he number of days requirecf for notice aF cancellation to the first Named In�ured, as pravided in I��ra.graph 2. of elther fihe Canceflation Gammon Pvlicy Condition or as amend.ed by an appl9cable state canceilatltan �ndorsement, is increased to the nurr�ber of days shown In item �►. in fhe Schedule abov�. When a person ar organixatio� is I�sted Cn item B, in the Schedule abov�, th� number of days notice in item A. aiso appfles to the persan(s) or arganization lisfi�d In the schedule. 1L (��9 (01 �6) Includes copyrighted maierial o€th� Insuranc� Sanrices CJf#ice, Inc., with its permission. Page � of 1 Cflpyright 20�5 FCCI Insurar�ce Graup. Insurad 6opy S'��TD�D G�I�RAY� C�1�]�T'��I�TS ��' T�H[]E CO�TS'�R�J�TI�I�T C�I�T'�RAC�` � � 1� CITY OF FORT WDRT�T Fort Worth Nature Center & Refuge Boardwalk Phase 11 STANBARDGO?�STRllCT[ON SPECIFICATION T�OCiJMENTS City PrajeokNo. ]02320 Itevision: &r23/1021 sTarr�� �E�x�, co�zT�oNs oF T� CONSTRUCTION CONTRACT TASLE �F COl�TTET�TT� Page Article 1— De�'in'ttiazas and Terminology ..........................................................................................................1 1.01 Defin�d Terms ...............................................................................................................................1 1.02 Tertninology ..................................................................................................................................6 Article 2—Prelitninary Matters ..........................,........,.................................,....,....................,.............,...........7 2.01 Copies of Docwnents .........................,.................................,......................................,.........�....,..7 2.�2 Commencement of Contract Time; Natice to Proceed ................................................................ 7 2.Q3 Starti�g the Work .......................................................................................................................... 8 2.04 Before Sta.rting Con.structi,�n ........................................................................................................ 8 2.Q5 Preconstructian Conference .............................................................�.......,.................................... 8 2.06 Public Meetna�g .............................................................................................................................8 2.07 I�ial Acceptaxzce of Schedules .................................................................................................... 8 Article 3— Cantract Documents: Int�nt, Amer�d'mg, Reuse ..........................................................�....�..........., S 3.�1 Intent.... ....................................................................................................................,.,....�....,......... 8 3.02 Refexence Standards .......................................................................................................�....�....�....9 3,03 Reporting and Resolving Discrepancies .......................................................................................9 3.04 Amen.ding and Supplernenting ContractDocuzx�ents .................................................................10 3.05 Reuse af Document� ...................................................................................................................10 3.a6 Electronic Data ............................................................................................................................ ll Artzcle 4—Availab�7ity of Lands; Subsur�ace ax�d Physical Candi�ions; Haza.rdous En�ironmental Conditions; Reference Points ........................................................................................................... ll 4.01 Availability of Lands .......... ................................................... ..................................... �...............11 �4.02 Subst�rface and Physical Conclitions ..........................................................................................12 4.03 Differing Subsurface or Physical Canditiozas .............................................................................12 4.Q4 Undergxound Facilit�ies ...............................................................................................................13 4.05 Refezence Points .........................................................................................................................14 4.06 Hazardous Enviranmental Condition at Sita .....................................,.........,.......................,....�.14 Article 5— Bonds and Ir�surance .....................................................................................................................16 5. � 1 Licer�ed Sur�ties and Insurers ....... ........................................................ �................ ...................16 5.02 Performance, Payment, and Maintex�ance Bonds .......................................................................16 5.03 Certi�cates of Insurance ,............................... .............................................................................16 5.04 Coniractor's Insurance ................................................................................................................1$ 5.05 Acceptance of Honds and Insurance; Optaon to Replace ...........................................................19 Arti�le 6 Can�ractox's Responsibilities ........................................................................................................19 b.�1 Supervision and Superintenden�e ...............................................................................................19 CTTY OF FQRT WQRTH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARbCpNST$UCTT�N SPE�IF]CATION DOCIJMENTS Revision: 823J2.021 Ciiy Project No. 102320 b.02 Labor; Vi7orking Haurs ................................................................................................................20 6.03 Servi.ces, Materi�als, and Equipment ...........................................................................................20 6.04 Project �cnedu�e ..........................................................................................................................21. 6.05 Substitutes and "Or-Equals" .......................................................................................................21 6.06 Concerzxing Subcon�ractars, Suppliers, a.nd Others .................................................................... 24 6.07 Wage Rates ............................................................................................................ ... 25 ................... 6.08 PatentF�esandRoyalties ...........................................................................................................26 6. 09 P e�nits and Uti�liti� s . . . .. .. . .. . .. .. ... ..... . ... .... . ... .... . .... . ... .. ... 27 �.1 Q L1WS allfl RE�t101iS Fort Warth Nature Center & Reiuge�Bvardwalk.Pl�ase II .................................................. 27 •�Citq�Avj�et Nv ••I{3^z�2Q • 6.11 Ta�es ...........................................................................................................................................28 6.12 Us� of Site and Other Areas ....................................................................................................... 28 6.13 RecordDoctaments ......................................................................................................................29 �. i4 5afety and Protection .................................................................................................................. 29 b.15 Safety Representative .................................................................................................................. 30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification ...............................................................................................30 6.1 S Submittals .. .. .... .. .............. ..... .......... ... ..... .... ................ ..... ..... ..... ..... ............ ........ .. ....................... 31 6.19 Continuing the Work ...................................................................................................................32 6.20 Contra.ctor's General Warranty and Guarantee ..........................................................................32 6.21 Indemnif'�catian .........................................................................................................................33 6.22 Delegation of Professior3al Design Services ..............................................................................34 6.23 Righi to Audit ..............................................................................................................................34 6.24 Nondiscrimir�ation .......................................................................................................................35 Article 7- Other Work atthe Site ...................................................................................................................35 7.01 Re�ated Work at Si�e ...................................................................................................................35 7.02 Coordination ................................................................................................................................36 Article 8- Ciry's Respons�a�ities ................................................................................................................... 36 8.01 Communications to Coniractor ...................................................................................................36 8.U2 Furnish Data ................................................................................................................................36 8.03 Pa.y WhenDue .................................................................................................. 3{ ............... .. . $.04 Lands and Eas�ments; Reports and Tests ...................................................................................3G S.OS Ck�ange Orders ............................................................................................................................. 3b 8.06 I�spections, Tests, and Apprava� .............................................................................................. 36 8.47 Limitations on City's Responsibilities .......................................................................................37 S.0$ Undisclosed Hazardous Envira�tnental Condition .................................................................... 37 $.09 Compliance with �afefi� Program ...............................................................................................37 Article 9-- City's Observation Staius During Canstruction ........................................................................... 37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site ................................................................................................................................ 3'7 9.03 Autharized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements af Cont�act Documents and Accepiabiiiiy of Woxk .....................38 CI'T Y QF FQRT WORTH Port Worth Nature Cenier & Refuge Boardwalk Pltase II STANDARDCflNSTRUCTION SP�CIFIGATiON DOCUMENTS CityProjectNo.102320 Revisian: Sl�il�lZl Ariicle 10 - Changes in the Wark; Claims; E�fra Worrk ................................................................................38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Una.uthorized C}�anges in the Wark ...........................................................................................39 � 0.03 Execution of Change Orders .......................................................... .......... ................................... 39 10.04 Extra Work .................. ............................................................................................................... 39 10.05 Not�icatian to Surety ..................................................................................................................39 10.06 Contr�act Clairr�s Process ...........................................................,.........�.......................................40 Ar�icle 11 -- Cost of the Work; Allawances; Unit Price Work; Plan� Quantity Measurernent ......................41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price Work ..........................................................................................................................44 1I.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change o� Contract Price; Change of Contract Tirne ................................................................. 46 12.01 Change of Cantract Price ............................................................................................................ 46 12.02 Cha.rlge of ContractTime ............................................................................................................47 12.03 Dela.ys ..........................................................................................................................................47 Article 13 - Tests and Inspections; Corr�etion, Rema�al ox Acceptazace of Defective Wor� ...................... 48 13.01 Notice of Defects ....................................................... �................................................................48 13.02 Access to Work ...........................................................................................................................48 13.03 Tesfis and Inspections ..................................................................................................................48 13.04 Uncovexing Work ........................................................................................................................49 13.�5 City M�.y �top the Work .............................................................................................................49 13.06 Correc�ior� or Renn.ovai of Defective Vkrar� ................................................................................50 13.07 CarrecYion Periad ........................................................................................................................ SQ 13.08 Acceptance of Defective Woxk ............................................................................................. �..... S 1 13.09 City May CorrectDefective Work .........................................................................................�...51 Article 14 - Payments ta Coniractor and Completion .................................................................................... 52 14.01 Schedule of Values ......................................................................................................................52 14.02 Progress Paymerrts ...................................................................................................................... 52 14.03 Contracfiox'sWarrantyafTitle ........................................................�..............,...........,...............54 14.04� Partia.l Utila�ation ........................................................................................................................ SS 14.05 Final Inspectian ...........................................................................................................................SS 14.06 Fit�al Acceptance ..............................................................................�...........�..............................55 14.07 Final Payme�at .............................................................................................................................. 56 14.08 Final Completion De�ayed and Partial Retainage Relea�e ........................................................ 5& 14.09 Wai�er of Cla,ims ........................................................................................................................ S7 Article 15 - Suspension of Work and Terrnination ........................................................................................57 15.01 City May Susp�nd Work ..................... ........................................ ...................... .................... ...... 57 1.5.02 City May Tertnu�ate for Cause ................................................................................................... 58 15.03 City May Termir�a.te For Conveni�nce .......................................................................................60 Article 16 �-Disputc Reso�irtion ......................................................................................................................61 16.01 Methods and Proeedures .............................................................................................�.,....�........6� CITYOF FORT WORTH Port Worth Nature Cenfer & Refuge Boardwallt Phase II STAt1I7Al2bC�N5�R[1CTION SPECIFICATION DOCUivIENTS CityYrojectNo.102320 Revision: SIZ32(121 �� Article17 —Miscellaneous ..............................................................................................................................62 17.01 Criving Notice .............................................................................................................................. 62 17.02 Computa.tion of Times ................................................................................................................ 62 17.03 Cumulati�e Remed'zes .................................................................................................................62 17.04 Siu vival of Obligations ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 � 7 � I CITY OF FORT WORTH �'nrt Warth N�ture Center & Reiuge 8oardwalk Phese IF STANDARDCOMSTRUCTI6N SPECII�ICATI�N DOCl3M�N'I'S City ProjeotNo. 102324 Revisian: SIZ31�1 D0720D-1 CENERAL CON�ITI�N 5 Page ] af 63 r� �_r=c.������a�.���r�a.�y�. � ����.c��•� 1.Q1 De�ned Terrns A. Wherevexused in these Ge�zera.l Conditions or in other Contracf Documents, tkr� terms listed below have tlxe meanings indicated which are applicab�e ta both the singular and plural th�reof, and woxds denoting gender sha11 mclude the masctilYne, femmu�e and neuter. Said term:s are generally capii�t�ali�ed or w�r�tiea� iu i�talics, but nat always. When used in a context consistent with the defr�aztion of a listed-defined term, the term sl�all have a meaning as defined below whether capitaIized Qr italici�ed or otherwise. In addition to terms specifically defined, tarms with ini�tial capiCal Ietters in flie Contract Docutnent� includ� refer�nces to idenfi�ied arti.eles and paragraphs, and �he tifles of other documents or forms. 1. Addenda Wriiten or graphic instruments issued prior to the opening of Bids which clarify, correct, or change ihe Bidding Requirements or the proposed Cantra.ct Dacuments. 2. Agreement—The written instxument which i� evidence oi fih.e agreemen� between City and Gontractor covering the Work. 3. Application far Payment�'I'he form acceptable to City which is to be used by Cantractor during the caurse af the Wark in requesting progress or fu�a.I payments and which is to be accompanied by such supparting documentation as is required by tha Contract Documents. 4. Asbestos Any rna.ter3a.1 that contains �no�e than ane �ercent asbestos and is friable or is releasing asbestos fibers inio the air above cuxrent action levels established by the Uniked States Occupa�ional Safeiy and Health Adininistration. 5. Award — Authorization by the City Council for the City to enter nn.ta an Ag�reement. 6. Bid—The offex or pxoposal o� a Bidder submitted on the prescnbed form setting forth the prices far tUe Work to be performed. 7. Bidder� The indi�idua.l or entity who submits a Bid directly to City. S. Bidding Documents—The Bidding Requirements and �kr:e proposed Contract Documents (including afl Addenda}. 9. Bidding Reqr�irerrzents—The advertisement or Invitation to Bid, Instructions to Bi�ders, Bid security of acceptable form, if' any, and the Bid Form with any supplements. 1Q. Business Day -- A busines� day is defined as a day i�at the Ciry conducts normal �usiness, generally Monday throu;� Friday, except far fedaral or staie hali�ays observed by the City. 11. Cale�zdarDay —A da.y consisting of 24 hours measured from midnight to the next midnight. C1TY OF FORT WORT�I Fort Worth Nature Genter &.Itefuge BQardwalk Phase lI STANDAR1aC0135TRIICTIDN SPECIPICATEpN DOCiJNIBNTS Ci#yProjectNo.10232U Revision: 8?32Q2i ao �z oo -� G�NERAL CONn ITION S Page 2 oF 53 12. Change D�der A docwnent, which i� prepared arzd approved by the City, which i� signed by Contractor and. Cily and authaxiz�es an additzon, de]e#ion, ar revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after fihe Eff'ective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-ru�e municipal corporation, authorized and chartexed �dex the Texas State Siatutes, acting by its governing body thraugh its City Managex, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specif�c duties with responsiUility for final enforcement of tha contraeis involving fihe City o� Fart Wor� is by Charter �ested in the City Manager and is the entity with whom Cantractor has e�texed �to the Agreement and for whom the Work is to be p�rformed. I4. City �Ittorney — The officially appointed City Attorney af the Cit;y of Fort Wart}�, Te�s, ox � duly authorized representa.tive. I5. City Cauncil - The dulq elected and qua.lifzed go�erning body of the City of Fort Worth, Texas. 16. City Manage� — Th� offcially appointed and authnrized Ci].y Mana.gex o� tl�e City af Fort Worth, Texas, or his duly authorized representative. 17, Contraet Claim—A demand ar asseriion by City or Contractor seek'v1g an adjustment of Contract Price or Contract Tirne, or bath, or oth.ex relief with respect to the ierms of the Contract. A demand far rnoney or services by a t�ird party is not a Contract Cla.im. 18. Coniract—The entire and integrated written dacument between the City and Contractor concerning ihe Work. The Contract contains the Agreement and all Contract Dacuments and supersedes prior negotiations, representations, or agreement�, whether writtcn ar oral. 19. Contr�ctDoc�ments—Those itezz�s so designated in the Agreemeni. All items listed in the Agreement ar� Cantraet Docutnents. Approved �ubmitta�s, othex Contractor submittals, and the reports and drawings of subsurface and physicaI cozzditi�or�s axe not Contract Documants. 20. Contract Pt-ice—T'he moneys payable by City to Contractor for campletion o� the Waxk iu� aecordance with the Contraci Documents as stated in the Agreemant (subject to the provisions of Paxagraph 11.03 in the case of Unit Price Wark}. 21. Contract Time The number of days ar t1�e dates sfiated irn the Agreement to: (i) achieve Milestone�, if any anc� {u� camplete the Woxk so tl�at i� i� ready for Final Acceptance. 22. Contractor The indi�idual ar eniity with whom City has entered into the Agreement. 23. Ca�t of the Wor�k—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH Fort Worth Nature Center & Refuge Soardwalk Phase ]I STANDARDCOT35TRUCTIdN SPEC[F[CAT30N DOCiJMF.NTS Revision: 82?s2Q21 City Project No. 1 Q2320 oo�2ao-� GENERAL CON�ITION S Page 3 of 63 24. Danuage Claims -- A deYnand fQr mon�y or services arising from the Project ax Srte from a third party, City or Contraciar exclusive of a Contract Claim. Z5. Day or day — A day, unXess otl�erwise defined, shall mean a Calendar Day. 26. Directo� af Aviatian — The officia.Ily appaint�d Director of the Avia�ion Department o� the City of Fort Waril�, Texas, or his duly appoint�d r�presentative, assistant, or agents. 27. Directo� of Parks and Community Services — The offici.a]ly appointed Director of the Parks and Cornmunity Service5 Depa�trnent of the City of Fort Wort�, Te�.s, or his du�y appointed representa.tive, assistant, or agenis. 28. Directo� of Planning and Dewelopment — The officia.11y appainted Director of the Plann�g and Developnaenfi Deparfinent o� the City of Forf Wortl�, Te�s, ar his duly appointed representative, assisfiant, or agents. 29. Dir�ector of T'ranspor^tation Publrc W�Nks — The ofEiciaIly appninted Direcfor of fhe Transporta�ion Public Works Department of the City of Fort Worth, Texas, or has duly appointed r�presen#ative, assistant, or agents. 30. Director of Water Department — The officially appointed Directox of the Waier Deparfinent of the Ciiy of Fort Woxth, Texas, or his duly appointed representafiive, ass:�tant, or agents. 31. Drawings T`hat part o� the Cantract Docwnents prepared or approved by Engineer which graplucally shows the scope, extent, and character of the Work to be performed by Contractor. Subr�n.itta.�s are not Drawmgs as sa defined. 32, Effective Date of the Agreement The date inciicated 'm the Agreemen� on �vhich it becomes efFective, but if'no such date is indicated, it means the date on wl�ich the Agreement is signed and delivered by the last of the two parties to sign and deIiver. 33. Engineer The licensed professional engineer or engineeririg �'i�rim :registered iu� the State af Texas performirag professional services for the Crty. 34. Extra Work — Additaonal waxk made necessary by changes or alterations af th� Contract Dacuxnents or of quantities ox fox a�ex reasans �or which no prices are pravided in the Contract DocLunents. E�xa work sha71 be paxt of the Work. 3S. Field Orde�^ —A written order issucd by City which requires changes in the Work but which does naf invalve a cha.nge in the Contra.ct Price, Contract Time, or the intent of the Engineer. Field Orders ar� paid from Field Order Al�owances incorporated into the Contract by funded work type at �he time of award. 36. Final Acceptance — T`he written notice given by the Gity to �he Contractor that the Work spec�ed in the Coniract Doeuments has been completed tn the satisfaction of the City. CITY OP FORT W4RTH Fart Worth Nature Center & Refuge Bnardwalk Phase II STANDARI]GON5TRIICTIQN SPLC[FICATIQN DOClIMENTS Revision: 823/�(]21 Ciiy Project No. I02320 0�7200-1 GEN�RAI. C4NO IT[0 N 5 Page4of63 37. Final Inspectian -- Inspeetian carried out by the City to vexify that the Contractor has completed the Work, and each and �v�ry part or appurtenance thereof, fully, entirely, and in con�oxmance with the C�ntract Documents. 38. General Requare�nents—Sectians of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The pxesence at the Site of Asbestos, PCBs, Peiroleum, Hazardous Waste, Radioactive Material, ar o�er materia�s in such quan�ities ar circumstances that may present a substantial danger ta persons or property ex�osed thereto. 40. Hazdrdaus Waste Hazaxdaus waste is de%ned as any solid waste listed as ha.�.rdous ar possesses one or more hazaxdous characteris�ics as defined in the federal waste r�gu�ations, as amended from time to tizn.e. 41. Laws and Regulatiorls Any and all applicable Iaws, xules, regu]ations, ordinances, codes, and orders af a.ny and ali governmenta.l bodies, agencies, authozities, and courts having jurisdiction. 42. Lien�--Charges, secu7ci�ty it�terests, or encumbrances upon Project funds, real property, or personal property. 43. Major 1'tem-- An Ttarn of worlc included in the Cantract Documents tYiat has a total cost equal to or greater than 5% of the original Contract Pric� or $25,p00 whichevex is �ess. 44. Milestone A principal event specified in the Contract Documents relating to an intermediate Contraci Time prior to Final Acceptance afthe Work. 45. Notice of Award The written notice by Ciiy to the Successfi� Bidder stating tha.t upon tirnely compliance by the Successful Bidder with the condxtions pxecedent Iisted therein, City will sign and deliver ihe Agreement. 46. Notice ta P�oceed—Awrzt�ennotice given hy City ta Contractor fixmg the dat� on whichthe Contract Time will cozxarnence ta run and on which Contractor shall start to p�rfarm the Work s�ecified in Contract Documeriis. 47. PCBs—Polych�orinaied bipheny�s. 48. Pett�oieum—Petroleum, including crude oi1 or any fract�on ther�of which is liquid at staa�dard conditions o� #empexature and pressure (6U degrees Fahrenhei� and 14.7 pounds per squa.re incY� absolute), such as oiI, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerasene, anti oil mixed with other non Hazardous Waste and crude oils. 49. Plans —�ee definition of Drawings. CITY OI' FORT WORTH Part Worth Nature Center & Refiige Boardwalk Phase II STt1NDARDCDN�TRUCTION SPEC[FICATION DOCi1N[EN'I'S CityProjectNo.102320 Revision: SQ3,2D21 ao�zoo-i GENERAL COND1710N 5 Page S of 63 SQ. Project Schecaule A�chedute, prepared and maintained by Contractor, in accordance with the General Requirements, describing the se.quence and duratian of the activities comprising fihe Contractor's plan to accomplish the Work within the Coniract Time. 51. Project The Warkto be performed under the Contract Docum�nts. 52. Pr�oject Manage� The aufihoxized representativ� of t11e City wh� will be assigned to the Srte. 53. Public Meeting -- An announced meetin� canducted by the City to faci�tate public participa�ion and to assist the public in gaining an ir�ormed vi�w of the I'roject. 54. Radioactfve Material—Source, spec:ial nuclear, or byproduct material as defined by the Atotnic Energy Act of 1954 (42 USC Secl�on 2011 et seq.) as amended fram time to t�ne. 55. Regular Y�orking Hours — Hours beginning at 7:04 a.m. and ending at 6:00 p.m., Monday thru Friday (excludmg legal holida.ys}. 56. Samples—Physical examples of materials, equipment, or workmanship tl�at are tepresenta.tive of some portion of the Work and which. esiablish th� standards by which such portian of the Work will be judged. 57. Schedule of Submittcxls A schedu�e, prepared and rnaintained by Contractor, of required submiita�s andthe tnne requirements to suppart schedul�d performance of related construction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocafiing partions of the Confraet Price to various partions of the Work and used as the basi� %r reviewing Cantractor's Applications far Payment. 59. Site—Lands or areas indicated in the Contract Docurnents as be�ir�.g fiarnished �ry City upan which the Work is to be performed, including �ights-of-way, pexz'nits, and easements for access thereto, and such ot�er lanc3s furnished by City which are desigx��ated fox ihe use af Confiractor. 60. Specifications That part of the Cont�act Documents consi�ting of written requir�ments for materiais, ec�uipment, systems, standards and workmanship as applied to the Work, and certain adrninistrative requirements and procedural ma:tters applicabl� thereto. Speeifications may lae speciiically made a part af the Contxact Documents by attacY�ment or, if not attached, may be incorporated by reference as indicated iu� the Tab1e of Contenis (Division 00 00 40) of each Project. 6�. Subcontractor—Ax�zndiv:idual ox entily having a direct contract with Contractor or with any other Subcontractor fa:r �e pexfo�mance of a part of the Work at the Siie. CITY OF FORT WOR1'H Fort Wo►�h Natare Center & Refugc Sqardwalk Phase II 3TANDARDCp;+TSTRUCT]DN SPECfF1CATI0N T�DCUN3�N"I'S CityPro,�ectNo.10232p Revision: 8�13J1�321 ao�aao-� GENERALCONdITION 5 Page b of 63 62. S�chrnittals—All drawings, diagrams, illu,5tratians, scheduies, and other data or information which are specif'ically prepared or assembled by ar �or Cox�.t�actor and submittec� by Contractor to illustrate some partion of the Work. 63. Substantial Com�letion — The stage in the progress of the Projact when the Woxk i� su�ficiently complete in accordance with the Contract Documents for Final Inspection. 6�. Successful Bidder The Bidder submitting the lowest and most responsive Bid to wham City makes an Award. 65. Super�intendent— The representative af th� Cantractor who is available at all time� and able to xeceive instructions from the City and to act for the Confraetar, 66. Supplementary Conditians—That part of the Cantract Dc�curnents which amends or supplemenis these Crenerai Cond�itions. 67. Suppliex A manufacturer, fabricator, supplier, distrzbutor, �natez•iai�man, or vendor having a direct contract with Contractor ar with any Subcontractnr to 1'i�ruish maierials or equipment to be incorporated in the Work by Contractor or Subcontxactor. 68. Unde�ground Facilities—All underground pipe�ines, conduits, ducts, cables, wires, manholes, �aults, tatiks, tunnel�, ar other su�h facilities or attachment�, and any encasemerns containing sucl� facilities, including bui not limited to, those that convey eiectricity, gases, stearn, liqui� petroieum products, te�ephone ox othex coznrnunications, cable ielevision, water, wastewater, storm water, o�her liquids or chernucaJs, ox traffic or other co.ntrol �ystems. 69 UnitPrice Work-�ee Paragraph 11.03 of these General Conditions far definitia�. 70. Yveekend Working Hout•s — Hou�rs begiiu�i�lg at 9:00 a.m. and ending at 5:00 p.m., 5aturday, Sunc�ay ar legal holiday, as appraved in advance by the City. 71. Y�ork The entire construction or tha various separately rdentif�ab�e pazts thereof required to be pxovided under the Contract Documents. Work iricludes and is fhe result a�perfo:trning or providimg aIl labor, services, and documentation nec�ssary fo praduce such comstxuction i�ucluding any Change Order or Fie1d Order, and furnishing, insfalling, and itxcozporating all materiaJs azad equipzxzent inta such construction, all as required by the Contract Documents. '72. Working Dcry -- A working day is defined as a day, not including �aturdays, Sundays, or legal hoiidays autharized by the City for confract purposes, in� whz�h vveather or other canditions no� under the control of the Contractor will pexznifi the performance of the principal unit of work underway for a cantinuous period o� not less than 7 hours between 7 a.m. and 6 p.m. 1.02 T�rfninodogy A. The wards and tarms discussed in Paxag�raph 1.02.B throu�i E are not defined but, when us�d in the Bic�ding Requirernents or �ontract Documenfs, have the indicated meaning. B. Inteni of Certain Terrn.s orAdjectives: CITYOF �'ORT WORTH STANDARDCONSTRUCTION SAECiFICATION DOCiJIVIENTS �'ortWorthNaLureCenter&RefugeBoardwalkPheseIl Revision; 823202] City Pr.ojact I�o. 10232� p07200-1 G�N�RAL CON� ITION S Page 7 of 63 �. The Con�ract Documants incIude the terrns "as allowed;' "as approved," "as ordered," "a5 directed" or terms of like effect or import to authorize an exercise of judgment 6y Ciry. In addition, �'10 aC�IjeCt.lVeS `�easonable," "suitable," "acceptable," "�JTO�x�" "Sa���CtOI`�7," flP adjeetives of like effect or import are used to describe an actian or defiex�munation o� C�ity as to the Work. It is intended that such exercise of prof�ssional judgrnent, action�, ax deterrnination will be solely to evaluate, in general, the Work for compliance with the in�ormation in the Contract Documents and with the desi� concept of the Project as a functioning whole as shawn or indicated iri the Con�aract Documents {unless there is a specific statement ir�dicating Qtherwise}. G Defeetave; 1. The ward "de�ecfiive," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or c�efcient i� that it: a. does not co�o�rzn to �e Cantr�act Docuxnents; ox b, doea not rneet the requirements o� any applicable inspection, reference �tandard, test, or approval referred to in �lie Cantract Documents; or c, has been damaged prior to C�,y's written acceptance. D. F�rnish, Install, Pet�o�raa, Provide: 1. Tl�e woxd "F'Ui7'115�17° or the ward "�l1S�d.�07 Or �('. WOl'C� "P�1�Qi111" or the ward "Pravid�" OT the word "Supply," or a�y cornbimataon or sitm�r�ar directive or usage thereof, shall mean �ur�riishing and incorporating m the Wark including all necessary labor, rnaterials, equipinent, and everyt�w�g nec�ssaiy to perform the Work indicated, unless specif'ically Iimited in tl�e context used. E. Unlass stat�d oth�rwise in fihe Contract Documents, words or phrases that have a well known technical ar constructian industry or irade meaning a7re used in the Contract Documents in accordance with such recogniz�ed meaning. ARTICLE 2 — PRELYNIINARY MATTERS 2.01 �a���a Copies of Dacuments City shall furnish to Contractor one (1} orig'�na1 executed copy and one (1) electronic copy of the Coniract Documents, and four (4} ac�di�ional copi�s of t�ie Drawsngs. Additional copies will be fi�rnished upan request at the cost of reproducti�an. CommPncement of Contract Time; Notice to Proceed The Contract Time will commence to run on ihe day indicated in the Notice to Proceeei. A Notice to Proceed may be given no earlier than 14 days after the Effeciive Date of the Agreement, unless agreed to by both parties in writang. CITY QF FORT WORT`H Por� Worth Nature Center & Itefuge $oardwalk Phase II STANF]ARBWMSTRUCTIpN SPECIi'ICATION DOCj.1MENT5 CityProjectNo.102320 Revision: 823J2021 oo�zoo-� GENEFtAL CONDITI01� S Paga S of 63 2.03 2.04 2.05 2.06 2.07 ,StCd�'II72g ��2� WOi"� Contractar shall stai-t to p�rform the Work an the date when the Contract Time comtnences to run. No Work sha.11 he done at ihe Site prior to the da�e on which the Contract Time comi�ences to rfui. Before StartingConstr^uction Baseline Schedules: S�bmit in accordance with the Contract Documents, and prior to starting the Work. P�econstYuction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Con%xence as speciiied in the Con�tract Documents. Public Meeting Contractar rnay not rnobi�ize any equzpz�ent, materia}s or resource� to the Site prior ta Contractax attanding th� Public Mee#.ing as sc�eduied by the City. Initial Acceptance of Sched�les No progress payment shall be made to Contractar until acceptable schedul�s ar� submitted to Czty in accordance w�Yhthe Schedul�e Specificatian as provided 'm �he Contract Dacuments. ARTICLE 3— CONTRACT DOCUMENT�: INTENT, AMENDING, REUSE 3.p1 l�tent A. The Contract Docurnents are complementary; what is required by one is as bindirig as if raquired by a1L B, It is tlne intent of the Contract Documents to descrbe a fiznctiona.11y complete project (or part thereo�] to be consiructed in accordance with th� Contract Documents. Any la.box, doctiunentation, services, matexials, ox equipment that reasonably may be it�f�rxed from �he Contract Documents or fram pxevailing custom or trade usage as being required to produce �he indicated result will be provided whether or not speci�fca�iy called for, at no additional cost to City. C. Clar�cations and interpretations of �he Caz�tract Docurnents shall be issued by City. D, The Spec�cations may vary in form, forn�at and sTyle. Some Specification sectians rnay be written in varying degrees of strearnlined or declarative siyte and some sections may be relativeiy narrative by coznpaxison. Omission af such words and phrases as "the Cantracfior shall," "in C�11fOI'Irilty Wl�]," "�S S�OWTI," OP "aS specified" aP� in�ntional ffi Sti�c'i111�1ri�L� SeCfi.lOI14. Ornit��d �ords and phrases shall. be supplied by tnference. Similar types of provisions rnay appear in �arious parts o� a section or articles within a part depending an th� format o�` the CITY OF FORT WORTH 5T1�NDARDCONSTRUCTION SPECIrIGAT10N DOCiJMk�NTS FortWorft►NatureCenter&liefugeBaardwalkPhaseII Revision: 82�/2{]Zl Cify PrnjectNo. 102320 0072D0-1 G�N�RAL CONbITION 5 Page 9 af 63 3.02 sec�aaa. The Co�tractor shall not take advantage o� any variation of forin, format or style in znakira�g Contract C�.iur�.s. E. T�e crass referencing of specification sections under the subparagraph head'mg "RelatEd Sections include but are not necessarily Iimiied to" and elsewhere within each Specification section i� pravided as an aid and convenience tn ihe Con�ractor. The Contractox shall not xely on tlie cross refarencing provided and shall be responsible to coordinate the ent�re Work under the Contract Docum�nts and provide a complete Project whether or not the cxoss xe�erencing is provided in each section Qr whether or not the cross refexencing is complete. Reference Standards A. Sta.ndards, Speeifica�ions, Coties, Laws, and Regulatians Reference io standards, specifica�ions, manuals, ar codes of any techrucal society, organization, ar associati�n, or to La�vs or Regulatians, whether such reference be specific ar by ampl�cation, shall mean the standard, specification, man�al, code, or Laws or Regul.atiozas an effect at the iime of opening of Bids (or on the Effective Date oi the Agreemez�t � there were no Si�s), except as may be otherwise specifically siated in the Contract Docu�ents. 3.03 2. No provision of any such standaxd, specirFication, manual, or code, ar any instruction of a Supplier, shall be effec�ive ta change the duties or respor�sibilities of City, Cantractor, or any of their subcontractoxs, consu.ltanfis, agents, ar employees, fram #hose set forth in t�i� Contract Documez�ts. No such pravisian or insifiruction shall be effective to assign to City, or any af its off�cers, darectoxs, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supearvise or di�rect �.e pex�armance of the Work or any duty or authority to undertalce respons�bility inconsistenfi wrth �k�e pxovisions of �he Contract Documents. Reporting r�nd Re�olvingDiscrepancies A. Reporting Discrepancies: 1. Cont�actar's Review of CantractDocumenis BeforeStarting Y�ork: Before undertaking �ach part of the Worlc, Confiaractor s�all caxefia.11y study and campare the Cantract Documant� and check and veriiy pertit�enfi fgures therein agait�st all applicable f�eld measurements and conditions. Contractor shall prornp�ly repoxt in v�rriting to City any conflict, error, ambiguity, or discrepancy which Contxactor discovers, or ha.s actual kn�wledge of, and shall obtain a written m.te�rpreta�ion or Clarifi�ation from Cily b�fore procecding with any Work affeetiad thereby. 2. Contractor's Revxew of Contract Docurrtents During Performc�nce of yYor�k: Tf, during the perforn�.nce of the Work, Contractor discovers any conflict, error, ambigEtity, ar discrepancy within the Contract Docum�nts, or betvveen tha Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specif�afiion, manUal, ox code, or (c) any instruc#ion of any Sugplicr, then Contractor shall promptly report it to City in writing. Contractor shall not praceed with the Work affect�d thereby (except in an ernergency as required by Paragraph CITY OF FqRT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase I[ STANDARDCONSTRUCTIDN SPECIFICATION DOCiI1VIENTS Ciry ProjectNo. 10232D Revision: 8�3l1�'L1 oa�aao-� GEfVERALCON�ITI0N5 Page 10 of 53 6.17.A) until an amendment or supplement to the Contract Dncuments has been issu�d by one of the methods indicated in Paragraph 3.0�. [C�IT� 3,05 3. Contractor shall not be liable to City for failure to reporf an� co�flict, ezxox, axnbiguity, or discrepancy it� �e Contract Documents unless Contractar ha.d actual knowledge thereof. B. Re,salvaa�g Disc�epancies' 1. Except as ma� be otherwise specifically stated in the Contract Documents, the provisions of the Confxact Documents shall take preced�n�e in resolving aany canflic�, error, a3nbiguity, or discrepancy between tlie provisions of th� Contract Documents and tiie provisions of any standard, specifiaation, manua.l, or the instruction pf any SuppJzex (whether or not specifically incoYporated by xe�ezence in the Contract I]ocument�). 2. In case of discrepanci�s, figureci dimenisiorts shaIl govern o�er �caled dirnensions, Plans shalI govern aver Specifcations, Supplementary Cox�.ditions shall govern over Creneral Conditions az�d Spec�cations, and quantiiies shown on the P]az�s shall go�ern over those shown in the proposal. Amending and Supplementang ConiractDocurraents A. The Con�ract Docum�nts may he amended to provide for addit�ons, deletions, and revisions in the VSlork or to modify the ierms a,nd conditions thexeof by a Ghange Order. B. Th� requiremenfs of fihe Contract Documents may be�uppleme�rted, and zr�.inor variations and deviations in t�e Work not involving a change in Contract Price ar Coni�act Time, may be auihorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Subzxaittal (subject to the provisions of P aragraph 6.1 S. C); or 3. City's v�ritten interpretation or claxi�Zcation. Reuse of Dacuments A. Contractor and any Subconixactor or Supplier shall not: 1. have or ac�t�ire any title to or awnership ri�ghts in any of the Drawings, Specifications, ar other documents (ar copies of any thereo�} prepared by or bearing the �eal of Engineer, including elecironic med�a editions; ar 2. reuse any such Dxawiu�gs, Specifications, other documents, or copzes thereof on extension� of the Projeci or any other project without written consent of City and specific written vexification or adaptation by Engin.eex. CITY OF FORT W012TH Fort Worfli I+dahzre Center c4c Refvge Boardvs�alk Phase II 9TANDARDCONSTRUCT]ON SPBCiF[CATION DOCiJMEI�TS CityProjectlSo.102320 Revision: 8�132D21 oa�2oo-� G�NERAL CQN� IT 10 N 5 Page 11 af 63 B. The prohibitions of tivs Paragraph 3.05 will swvive final payment, or termiz�atzon of the Contract. Notl�ing her�in shall preclude Contractor from reta.ining copies of the Con�act Docurnents for record purposes. 3.06 Elect�onac Data A. Unless ai�he:rwise stated in the Supplementary Cond�ians, the data furnished by Ciiy or Engineer to Conf�actor, ar b� Contractor to City ar Engineer, that may be relied upon are Iimited to the printed capies included in the Contract Documents (also known as hard copies} and other Specifications referenc�d and located an the City's on-line electronic docurr�ent maz�agezanent and collabaration system srte. Files in eleetronie media format Qf text, data, graphics, or othe�r types are fi�ri�ished anly fox ihe convenience of the receiving party. Any eQnclusion or informatiipn obtained or derived from such electronie files will be a�the user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copie�, the hard copies go�ern. B. When transferru�g documents in elec-tronic media foz�ma.t, ihe trat�s£erring party rnakes no representa.tions as to long teerm compatbility, usability, ox readability of documents resultirig from the use of software application packa.ges, operating systems, ox cornputer hardware differing fram those used by the data.'s creator. AR'I'ICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIR011Tll!IENTAL C�ND�TiIONS; REFERENCE POINTS 4.01 AvafZabilityofLands A. City shall fi�rnish ihe Site. City shall noiify Contractor af any encurnbrances or restrictions not of general applicaiion but specifically related to use of the Site with which Con�racfirnr must comply in perfor�ning the Wark. City will obtain in a timely rnanner and pay for easements £ox permanent structures or perinanent changes � e�sting facilities. 1. The City has obta�ed oar anticzpates acquisitian o� and/or access to right-of-way, ancilor easements. Anp outstanding right-af way and/or easements are anticipated to be acquired in accordaxace withthe schedule set forthin the Suppl�m�ntary Conditions. The Prajeci Schedute submitted by the Cont�ractox m accordance with the Contract Documents must corisider any outstand'mg zight-o� way, andlor easernents, 2. The Ciiy has or anticipates r�moving andlor relocating t�tilities, and obstructions to the Site. Any outstanding removal or reiocation of uti�ies or abstructions is anticipated in accardar�e with the schedule setforth in the Supplernentary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Docurnents must consider any outstanding uti�es or obsfructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall funvsh Contractor wi[th a current statement oixecaxd Iegal title and legal description of the lands upon which the Waxk i� to be pezfarmed. C1TY OF FORT WORTH Fort Worth Nature Center & Refiige Boardwalk Phase II STANDARDCONSTRUCTIOH SP�CiF[CATION DOCiJMENT5 CityProjectNo.102320 Revision: 8Q3/1Q21 QQ7200-i GENERAL CONDITION 5 Page 12of63 4.02 4.03 C. Cont�actor shall provide for all ac�ditional lands and access th�reto that may be xequiured for eonstruction facilities or storage of matezials and equipment. Subsurfac� aradPhysical Condition� A. Reports andDrcrwirzgs; The Supplementary Canditians id�ntify: 1. those reparts known to City of expZorations and tes�s of subsurface conditions at o:r cantiguous to the Site; anci 2. ihose drawings known to City of physicat conditions reJa�ang to existing surface or subsurface structures at the Site (except Underground FaciIities). B. Lifnited Reliance by Contpacior on Technical Data Authori�ed: Cantractor ma.y re�� �pon the accuracy of the "technieal data" contained in such reports and drawings, but such reports aa�d drawir�gs are not Contract Docum�nts. Such "technical data" �s identifed in tbe Supplementa.ry Condit�ns, Contracior may not make any Cantract Cla�iz�n against City, or any of their officers, c�irectors, members, partners, employees, agents, cansu.l�az�t�, or subcontractors with r�sp�ct to: 1. the completene�s of such repoxfs and drawings for Contractor's purposes, nncluding, but not l�niied to, any aspects o� the m�eans, methods, techniques, sequences, an.d procedures of cnnstruction to b� employed by Contractor, and safeiy precautions and pxograms incident thereto; or 2. other data, in.fiezpretations, o�inions, and information contaaned in such reports or shawn or indicat�d in such drawings; or 3. any Con�racior interpretatian o� ox conclusion c�awn from any "technical data" or any such ather cla.ta, interpretations, opinions, ar in_formatian. Diffe�ingSubsurface arPhysical Conditiorrs A. Notice: If Conf�actor believes tk�a# any subsurface or physical conditio� fii�.at is uncovered or revealed either: l, is o� s�xch �. nature as to establish tY�at any "techt�cal da.ta" on which Contractor i� entitled tfl rely as prov�ided in Paragraph 4.Q2 is materially ixaaccurate; or 2. is of such a na�ure as �o require a change in the Contract Docuzz�enfis; or 3. diifers materially from that shown ar indieated in the Contrac� Documents; or 4. is of an unt�sual nature, and differs rnaterially fram conditions ardinarily encount�red and generally recogt�i��d as mh�erent in work of the characfer pxovided for in the Confir�act Docutnents; CITY OF FORT WORTH Fort Warth Natura Center & Refuge Baardwalk Phase II STANI7ATZDCaNSTRlICT1013 SPLCIFICATION DOClIM�N7'S CityProjectNn.1D23Z0 Revision: 8�132021 oa�aao-� GEIVER,4�CONDITION 5 Page 13 of 63 4.04 then Contra.ctor shalj, promptly after becoming aware ihereof and befoxe �urther disturbing the subsurface or physical conditions or performing any Work in connection therewith {except in an emergency as required by Paragraph 6.17.A), not�'y City in wx�itxg about such condition, B. Po,rsible Price and Time Adjustments Contractor shall not be �ntitled to any adjushnent in ihe Contract Price or Contract Time if: 1. Contractor l�ew of the existence of such canditions at the fsme Can�ractar made a final com�iiment to City with respect to Cantract Price and Cantract Tvne by the su�mission of a Sid or becoming bound under a negotiated contaract; or 2. the e�i,sfence of such condition could reasonably hav� been discovered ar revealed as a result o�the examinatian o�the Contract Documents or the �ite; or 3. Contractar failEd ta give the written notice as required by Paragraph 4.43.A. �n d e rg�-aund Fa c i l iiie s A. Shown or Indfcated.' The information and data shown or indieated in the Contract Documents wi� respectto e�isting Undergraund Facilities at or contiguous to the Site is based on in%rmation and data. �urnished to City ar E�gineer by the owners of such Underground Facilities, includivag City, ox by othexs. Unless it is atharwise expressly provided in the Supplementa.ry Condrtions: 1. City and Engineer sha11 not be responsible for ttie accuracy or compl�teness of any such information or da.ta provided by others; and 2. the cost of all of the foIlowuag will be included in the Confaract Price, and Cantracfor shall have fi�ll responsi�ility for: a. reviewiz�g and checking al� suchinfarmation and da.fa.; b, locating all Underground Facilities shown ar indi�ated in the ContractDocurnents; c. coorc�ination and adjustment of #he Work with the owners af such Underground Facilities, including City, during construction; and d. the safety and pra�ction o� all such Underg�round Facx"I�ae' s and repairing any damage thereto resulting from the �Vork. B. NotShawn arindicated.• 1. If an Undergraund Facility which conflicts wil:h the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown ar indicated with reasonable accuracy in the Contract Documents, Coniractor sha�, promptly after becoming aware thereof and befare further disturbing conditions affected thereby or performing any CITY OF FORT WORTfI Fart Worth Nature Center & Refuge Saardwalk Fl�ase II S`TANI3Al2.1]CpNSTA[lCT10N SPECIPICAT101� DOCiJIviENTS Revisian: 823/lOZ1 City Project No. 1fl2320 oo�zoo-i GE�tERALCONDIiIONS Pa�e 140£63 Work in connection fiherewith (e�tcept in an ernergency as required by Paragraph �.17.A), identif}T the owner of such Underground Facility and give notice to that owner a.�d to City. City will re�view the discovered Underground Facility and deterfnnitme ihe e�ent, if any, to wl�ich a change may be required in ihe Contract Doeuments to reflect and document the consequences o� the existence or locatifln of the Und�rgound Facility. Contractor shall be respan�ble far f.he safeiy and proteciion of such discavered Undergrounr� Facil�ty. 4.05 2. If City concludes that a change in f.he Co�tract Documents is required, a Chang� Order may be issued to reflect and document such consequences. 3. Verificaiian af e�stin.g utilities, �tructures, and servic� lin.es shall incli.ide notifcation of all util�y carnpanies a rnitlitnum. oi 48 hours in advanca of construction including explorafory excavation if naces�ary. Refe�ence Points A. City shall provide engin�eering surveys io establish reference points far cansfiruction, which in City's judgment are necessazy to er�a.ble Contractor to procaed with the Work. City will provide construction stakes or other custoznary method of �narking to establish line and g�rades for roadway and utility construction, centexJin.es and benchmarks for bridgework. Contractor shall protect and preserve ihe establishad ref�rence poi�r�ts and property monwnents, and ahall make �o changes or reloca�ions. Cantractor shall report ta City whenever any refer�nce point or property �x�onuxz�ent is lost or destroyed ar rec�uiras relocatian because of necessary changes in grades or locaii�ns, The City shall be responsible far the replacement or relocaiion of reference points or prope;r�y �aonuments not careiessly or willfully destxoyed by the Contractor. The Contractor shall noti�y City � advance and wiih sufficient time to avoid de�ays. �, Whenever, in the �pinion of tkze Ci�y, any reference point or rnonument has been carelessly or w�fizlly destrayed, di�turbed, ax removed by the Coniract�or or any of Ivs employees, the full cost for replacing such points plus 2S% wiil be charged against the Contractar, and the �uJJ amaunt will be deducted from payme�rt due the Contractor. 4.Q6 Hazardous Environmental Condition at Site A.1Repo�tsandDrawings: The Supplementary Conditions identify those repo�ts and drawings known to City relating to Hazardous Environmental Conditions that have been identified at �he Site. B. Limited Reliance by Contractor an Technical Data Authori�ed: Contractar may re�y up�� the accuracy of the "tachrucal data." conta.ined 'm such reports and drawings, but such reparts and drawiz�gs are not Coniract Documents. Such "tec�nical data" is identi�d in the Supple�nentaxy Conditians. Contractor may not make any Contract Cla%zxa against City, or any of their officers, directors, rnerarzbers, partners, em�aloyees, agents, consul�ts, or subcontract�rs with resp�ct to: 1. ihe complet�ne�s of such reports and drawings for Contractar's purposes, i�cluding, but not limited to, any aspecfs of fihe means, rnethods, techniques, sequences ax�d pxocedures of � CITI�OF FQRT VWORTH 5Tt1NDN2DCON5TRUCTI6M SPECIF[CATION ]]OCUMENTS rortWorthNatuzeCenter�iRefugeDaardwalkPhaseII Revision; 82?�2(i1.1 City Project No. 1�2320 oo7aoo-[ GENERAL CON�1T10N S Page 15 of 63 constxuct�on to be employed by Contractor and safety precau1aons an�1 prograrns incident th�reto;or 2. other data, uiterpretatiaras, opinions and information contained in such reports or shown ox indicat�d in such drawimgs; ox 3. any Ca�txactor interpretation af or con�lusion drawn from any "technical data." or axzy such othex data, interpretations, apinions or information. C. Contractar sY�all not be responsible for any Hazardous Environmental Condition uncov�red or revealed at ihe Site which was not shown or indicated in Drawings or Specifications or identifie d m the Con�ract Documents to be withui the scope o� the Wark. Contracior shall b� responsible for a Hazardous Environmental Conc�ition created with any ma.terials brought to t�� Site by Contractor, Subcontraetars, Supplier�, or anyone el�e %r wl�m Contractor is responsible. D. If Contractor encounters a Ha�ardous Environmental Condition or if Contractor or anyane for whom Contractar is resporas��e creates a Hazard�us Enviranmental Condi�ion, Contractor shall irnmediately: (i) secure ar otherwise isol�.te such condition; {u) stop all Work in connection with such condition and 'm any area affected th�reby (exc�pt in an emergency as required by Paxagraph 6.17.A); and {'vi) noti�fy Crt.y (and prompfl� thereafter confrrn such notiee in wr�ing). City may consider the neeessiiy to retain a qualified cxpert to evalua�e such condition or take corrective action, if any. E, Contracior shall not be required to resu.me Work ir� connection with such cand�ti�n or in any affected area until after City has obtained any required permits related �hereto and delivered written notice to Contractor: (i) speeifying that such condition and any affected area is oar has been zez�dered su�kab�e for the resumption of Work; or {u) specifying any special conditions under whi.ch s�zch Work may be resumed. F. If after receipt af such written notice Contractor does n.ot agree io resume such VVor� based on a reasonable belief it is ur3safe, or does not ageee to xesume such Workunder such special eone€itions, then C�,y may order the portion of #he Work that is in the area affected by such cor�dition to be deleted from the Work. City may have such deleted portion of the Work perForrned by City's own forces or others. G. To the fullast exter�tpertnitted by Laws and Regul�atians, Contractor shald indemn� and hold harrnless City, from and againsiall clainzs, costs, losses, and da�nages (including but not lfmited to aIl fees and charges of e�gineers, a�chitects, attar��aeys, and other p�ofessionals crnd all court or arbii�ation or other dispute resalutfon costs) arising out of or relating to a Hazardous Environmental Condation c�eated by Contracto�or� bya�yoneforwhomContractor is�esporrrible. Noihing an ihis Paragraph 4. 06.Gshall obligate C`oniractor to a�ade�aify any individual o� entity from and against ihe consequences of thai individual's o� entity's owra negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not appiy #o a Hazardous Environmenial Candition uncovered or revealed atthe Site. Cl'I'Y O�' POItT WQRTI-I Port Worth Nature CenYer & Refuge Boardwalk Phase II STANDA,L2DCON5TRUCTION SPECIFICATIDN 170CUMENTS CiryPrajectNo.102320 Revision: 823/L(l21 0072Q0-1 GENERAL COND I71DN 5 Page 16 of b3 ARTICLE � — B�NDS AND INSIIRANCE 5.01 LicensedSuretiesandlnsurers 5.02 5.03 All bonds and insurance required �y the Contract Dacuments io be ptarchased and maintained by Contractor shall be obtained frorn surety or insurance companies that are duly licensed or authori�ed iu� the State of Texas to issue bonds or insurance palicies for the limits and coverages so required. Such surety and insurance companies shall also meet such addafi�onal requirements and qualificatian� as may be provided in the Suppl�:mentary Conclitions. P�rfornurnce, Payjnent, and11�1aintenance Bonds A. Contractor shall furnish performance and payment bond,s, in accordance with Texas Government Code Chapter 2253 or successor �ta�hx�e, each in an arnoiant equal ta the Contract Price as security for the faithful performanca and paxment o� all. o£ Contractor's abligatians under the Confract Documents. B. Contractor shall furnish maintenance bands in an amount equal to the Contracf Price as security to proiect the City against any defects in any partion of ihe Work descriU�d in �e Conixacfi Docum�nts. Maintenanc� bonds shall xezz�ain in effect far iwo {2) years afi�r the date of Fin�al Aeceptance by the City. C. All bands shall be iu� the form prescrihed by �e Contract Documents except as pro�ided otherwise by Laws or Regulations, and shali be executed by such �ureties as axe named in �he Iist of "Companies Halditig Certiiicates af Authority as Accaptable �ureties an Federal Bonds and as Acc�ptable Reinst�ring Coxz�panies" as publish�d 'm Circular 570 (arnended) by the Financial Management �ervice, Suxety Bond Branch, U.�. Departrnent of #he Treasury. Ali bonds signed by an ag�nt or attarney-in-fact must be accompanied by a sea�ed and dated power of attorney whi�h shall show that it is �ff�ctive on the date the agent or attorney-in-fact �ign�d �ach bond. D. If �khe surety an any hond furnished by Con#ractor �s declared ban�rupt ar becomes insolvent or its right to do business is terminated in tha �tate of Texas ox it ceases to meet the requirements of Paragraph 5.02.G, Contractar shaIl prarnptly notify City and shall, within 30 days after ihe event giving xise fio such notification, provide anoth�r bond and surety, bot17 of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. Certificates oflnsura�ee Conh•actor shall deliver to City, with capies ta each additior�al �insuxed and loss payee identified 'm the Supplernentazy Cond'itions, cert�cates of insurance {other evi�dence of insurance requested by City or any ather additional insured} in at least the minimum amount as specified in the Supplementary Conditions �vhich Co�taractor is required to purchase and mainta.in. 1. Tha certificate of it�surance sha�l document the City, and aIl id�ntifed enfities z�amed in the Supp�ementary Conditions as "Additzanal Insured" on all liability policies. C�TY OF FORT WOATH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARbCpNSTRUCTION SPECIFICATION DOCIIMENTS Revision; �1311(121 City Project NQ, 102320 OD7200-1 G�AIERAL Cp�l�ITION S Page l7 of 63 2. The Contracto�'s general liability insurance shall include a, `�aer project" or `�er locatian"', endorsemexit, which shall be identified in the certificat� of insuranc�: provic�ed to the Ciity. 3. The certificate shall be signed by an agent authorized to bind coverage on beha.lf ofthe it�tu�ed, he camp�ete in its entiret�, and show complete insurance carrier names as listed in the cturent A.M. Best Praperty & Casualty Guitle 4. The insurers for all policies must be lacensed andlar approved to do business in the State o� Texas. Except for workers' compen�sation, all insurers must have a�r�inimum rating o� A-: VII in the current A. M. Be�t Key Rating Guide or have reasonably equivalent financial strengih and solvency to the satisfactian of Ris� Managernent. I� the rating i� below that required, written appro�al of City is xequired. 5. All applicable palzczes shall includ� a Waiver of Subrogation (Rights of Recovery) in favor of the City. �n addition, the Contractor agraes to waive all righfis oi subrogation against the Engineer (if applicable), and �ach additional insured identified in �he Supplern�ntary Conditia:as 6. Failure of th� City to demand such certificates or oth.er e�idence of fiill compliance with tl3e insurance requirements ar fa�are of the City to identify a defzciency frorn evidence tha.t is provided shali not be construed as a waiver of Confiractor's abligation to maintain such lines of insuranc� coverage. 7. If ins�arance policies are not written for speciffed cavarage vmits, an Umbrella or Excess Liability insurance for any di�'fezences is required. Excess L�a.bility shall follow forrn of �ie primary coverage. $. Unless c�thexwise stat�d, all requir�d insurance shau be written on the "accLu�re�ce basis". If coverag� �s waderwritten on a claims-maci� basis, tha reiroactive date sh�ll be caincident with or prior to th� da.te af the effectiva date of the agreement and the certifcate of ins�ance shall state fil�at the coverage is c�aims-made and the retroaetive date. The insurance eoverage shall be ma.intaaned for th� duration of the Contract and for three (3) years �allowing Final Acceptance pxavided und�r the Cont�act Documents or for tl�e warranty pexifld, whi{chever is longex. An anrnra.l certificate of insurance submitted to the City sl�all evidence such ins�arance covexage. 9. Polieies shall have no exclusians by endorsements, which, neither nullify or am�nd, the xequired lin�s of caverage, nor decrease the lin�its of sa:id coverage unless such endorsements axe approved 'm writing by the Crty. In the event a Contract has been bid or �xec�ted and the exclusians are deterinuled to be unacceptable or the City cles'vres addit�onal insurance coverage, aa�d #he City desi�es the contractor/engineer to obtain such coverage, the contract price sl�a.11 be adjusted. by the cost of the premium far such add�tiona� coverage plus 10%. 10. Any self-insured retention (SiR), in excess of $25,000.00, afFeciu�g required insurance coverage shall be approved by the City in xegards to asset valu0 and stockhold�rs' equity. In C1TY OF FOi2T WORTH P.ort Worth Nature Center & 12efuge Boardwalk Phase Il STANI3Al2bCQNSTRUCTIpN SPECIFICATION DOCUMENTS CityProjecti�fo,102320 Revision; 8232021 oa�zoo-i GENERAL CON4l ITIpN S Page 1 S of b3 Iieu of traditional insurance, alternative coverage maintained i�raugh insurance pools or risk reteniion groups, must also be approved by City. 11. Any deductab�e in excess of $5,0OO.Oa, for any policy tha.t does not provide coverage on a first-ci.ollar basis. must be accentable to and arrnrnved bv the Citv. 12, City, at its sole discretion, xeser�es the right to rewiew the insurance r�quiremertts and to make reasonable adjustments to insurance coverage's and their limits when d��med necessaz}� and prudent by th� City based upon chax�ges in statutory Iaw, court decision or t�e claiz�s history of the industr� as well as of the contractin,g party to the City, The City shall be r�quired to provide prior noiice of 9Q days, and the insurance adjustments shall lae incorporated into the Wozk by Change Order. 13, City shall be enti�ed, upon written req�;st and without e�pense, to receiNe capies of policies and endors�ments thexeto and may make any reasonable requests for dele�ion ar revision or modifications of partzcular pa�icy terms, c�nditions, limitatians, or e�clusions necessary to conform the policy and endarsements ta the requirements af the Con�ract. Dele�ions, xevisioxzs, or modificatior�s shall nof be requixed where policy provisi�ns are estab�ished by 7aw ax regulations bir�cling upon eifher pazty or the underwriter on any such policies. 14. City shall not be responsible for the dir�ct pa�nent ai in�uraz�.ce premium costs for Con�ractor's insurance. 5.04 Contractar's Insuran�e A, Workers Campensation and Efnplo,yers' Liability. Cantractox shall purchase and rnaintain such insurance coverage wit� limits consistent with statutary benefits outlined in the Texas Warkers' Compensat�on Act (Texa.s Lahor Code, Ch. 406, as amended}, ar�d muumum limiis far Employers' L,iab�.ity asis appropriate far ihe Vi7orkbeing performed and aswill p�•ov�ide protection frarn claims set forfih balow which may arise out of or result from Contractar's performa.nce of the Work and Contractor's other obligations umder the Contract Dacuments, wh�ther rt is to be p�x%rmed by Contractar, any Subcontractor ar Supplier, or by anyone directly or indirectly emplayed by any af �hem to perfarm an� af �he Woxk, ox by anyone for whose acts any of them ma.y be liable: �. c�aiunns under workers' comp�nsation, disability benefts, and other sunilar employe� benefit acts; 2. c�aims for damages because of boclily injury, occupational sickness or dasease, or death of Coni�actor's emplayees. B. Commercial General Liability. Coverage shaIl include but not be lunited to covering liability (bodily injury or property c�mage} arising frozn: premises/operations, independ�nt cantractc�xs, productslcompleted operations, personal it�jury, and ]iab�ity under an insured contract. Insurance shall be provzcied on a.n occurrenca basis, and as comprehensive as the current Insiarance Servic�s Office (ISO) policy. Tliis in�urance sha31 apply as primary insuxance with respec� io any o#h�x CITY OP FORT WORTII Fort Worth Nah�re Center & Refuge Hoardwalk Phase II STANDtiRDCONSTRUCT[ON SP�C[FICATIc]N DpCiJMEI�TS CityPrajeetNo.1Q2320 Revision: 8�21 007200-1 GENERAL C6NA ITION S Page 19 of 63 insurance or self-insurance prograrns affoxded to fihe City. The Commercial General Liability policy, shall ha.ve no exclusions by endorsements that would a1Yer of nu3lify pramises/o�erations, products/completed operations, confixactua.l, pexsanal injury, or adv�rtising injury, wluch are norrnally contained with the policy, unless �e Ci�y appraves such exclusians m wri�ing. For construction pxojects tl�at present a substantial completed operation exposure, the City may require the contractor to maintain completed oparations covera.ge for a minnnum a�z�o less tnan three (3) years �allawing the campletion of the project (if identified in the Supplementary Conditiansj. C. Autamobile Liahi2ity. A cornmercial business auto policy shall provide co�rerage on "any auto", defm.ed as aukos owned, hir�d and non-owned and provide indemnity for c]aims �or damages because bodily injury or death of any person and or property damage arisin�g out of th� wark, mainfienance or use of any motor vehicle by the Contractor, any Subcontractar or Supplier, or by anyone directly or indirecily ernployed by any of therri to perform any o� the Work, or by anyane for whose acts any of ihem may be liable. D. Railraad P�atective Liability. If any of the work ox any warranty work is witY�in the lirnits of railroad right-of-way, t�ie Contractor sl�all comply with the requirements ident�ied in the Supplementary Conditions. E. Nota;fic�tionofPolicyCancellation: Confiractorshall irnmediately notify City upon cancellation or other loss of ins�ranc� cov�rage. Contractor shall stop work until replacement insurance has been procured. Thexe shall be n.o time credit for days not workad pursuant to this section. 5.05 Acceptance ofBondsandlnsurance; Opfio�a tn Replace If City� has any objection to the coverage afforded by ox other pxavisions of the bonds or insurance required to be purchased and u�aintairted by tl�.e Cont�actor in accordance with Article 5 on the basis of non-conforrnance with the Contract Documents, the Ci�ty shaJ1 so notify the Contractar in wrrting within 10 Business Days afterreceipt af the certifcates (ox othex evidea�ce requested). Cont�actor shaIl provide to the City such additiona.I information in respect of in.surance }�rovided as ihe City may reasonably request. Tf Contractor does not purchase or mauxfiait� all of the bonds and insurance required by thE Contraet Documents, the City shaIl notify the Contractor iu� wxi�.ing of such failure prior to the start of the Wark, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONS�BILIT�ES 6.01 Supervisian c�ndSuperinterrdence A. Contractar s�all supervise, inspect, and direct the Work competently and efF'�ciently, devatiz�g such attention therato and applying such ski�ls and ex�ertise as may be necessary to perfarm the Wark ui accordance w�h the Contract Documents. Contractar shall be solely respons�le for ihe means, methads, techniques, sequences, and proceduxes of construction. CITY OT FDRT WQRTH Fort WorthNature Center & Refugc Boardwalk Phase II STANDAIZIJCONSTRUCTION SPECIAICATION DOCITMEISCS Revisian: 82�U21 City Pcnjec# No. 102320 oo�aoo-� GEN�RAL CON� ITION S P age 20 of 63 6.02 6.03 B. At all times during ihe progress of the Work, Cantractor shall assign a competent, English- spealang, Superinfendent who shall nat be replaced without written natice to City. The Superintendent will be Contractor's representative at fhe Site and sk�al� have authority to act on behalf of Contractor. All commurucation �ven to or received from the Superintendent shall be binding on Contractor. C. Cont�actox �haIl notify the City 24 hours priox to mov.ing areas during the sequence of construct�an. Lrxbor; WorkingHaz�rs A. Contractor shall provide competent, suitably qualified personnel to perform consfauction as xequ�ed by the Contract Docurnents. �ontaractar sha.11 at all times maintain gaad discipline and oxder at the Site. B. Except as o�lierwise required for the safety or protectiax� o£ persons or the Work or properiy at the Site or adjacenf �ereto, and except as otherwise stated in the Contract Documents, a11 Work at the Site shall be performed during Regu�ar Working Hours. Cantractor will not permii tha perforrnance of Work beyand Regular Working Hours ar for Weekend Woz•Idng Hours without Ciry's written consent {wkuch wadl not be unreasona.bly withheld). Written req�est (by lett�r or electronic cornmunication} ta perform Work: 1. for beyond Regular Worl�ing Hours request mtasfi be znade by noon at least t-�vo (2} B�siness Days �rzor 2. for Weekend Warking Hotars request must be made by noon of the preced'uag Thursday 3. �or legaI holidays request must be made b�r noon iwo Business Days prior to the legal holiday. Servfces,ll�laterials, and Equip�rzent A, Uxiless otherwise specified in the Contract Documents, Contractar sha,il pro°vide and assuxne full re�ponsib�y for all services, materials, equipmenfi, labor, transportation, construction equipment and machinery, tools, appliances, fuel, ppwer, ligh#, heat, telephone, water, sani#ary �acilities, tempoxazy facilitie5, and all othcr facilities and ineidentals necessary for the perfarmance, Cantxactor required testing, start-up, and campletion of the Work. B. All maierials and equipax�ent incorporated into the Work shall be as specified or, if not specified, shall be of good qualit�r and new, except as otherwise provided 'm tk�e Contract Documents. All special warranti�s and g�arantees required by the �peeifica�ions shall exp�ressly run to the laenefit of City. If requir�d by City, Coz�tractor shall furnish sat�sfactory evidence (i�cluding reports of req�.tired t�sts) as to the saurce, kind, and quality of material� and equiprnent. CIT X OF FORT WORTH rQrt Worth Natttra Ceuter & Refetge Boardwal[c Pl�ase II STANDARDCOI�STRiICTION SP�CIFICATION I]OCU1ViENTS Ravision: 823I�A21 City Prajact No. 102320 �onoo-i GEN�RA�. CONDIT]ON 5 Page 21 of 63 � 1� 6.05 C. All materials and equipm�nt to be incorparated into the Work shall be stored, applied, installed, cannected, erected, protected, used, cleaned, and condit�oned in accordance with instructions of th� applicabl� Supplier, except as otherwi�a rnay be provided in the Contract Documents. D. All items of standard equipment to be incarporated inio tb.e Woxk shall be Yhe latest tnodel at the tune of bid, unless otherwise specified. P�oj ect Schedule A. Contractar shall adhere to the Project Schedule esta.blished in accordance wi�h Pa�ragraph2.07 and fihe Gen�ral Requiremar�s as it may be adjusted from tune to time as pxovided below. 1. Contractor shall submit to City for acceptance (to the eXtent indicated in Paragraph2.07 and the Genera� Requirements) praposed adjusi�t.ents in the Project Schedule that will not result in changing ihe Contract Time. Such adjustments w�71 complq with any provisions of the General Requirements applicable tl�exeto. 2. Cantractar shall �ubmit to City a monthly Project Schedule with a monthly progress payment �rox �he d�ratian of ihe Contract �n accordance wiih the schedule specification 01 32 16. 3. Proposed adjustments in the Project �chedule that will change the Contract Time sb.all be submitted in accordance with the requiremexrts of Article 12. Adjustments in Contract Titne may only be made by a Change Order. Substitutes �nd "Or-Equals" A. Whenever an item of matexia.I or equipment is specified or descrbed in the Coniract Documents by usit�g the z�ame af a proprieta�y item or the name of a par�icu]ar Supplier, the specification or desc�ript�on is in�end.ed to establish the iyp�, functian, appearanc�, and q�aality required. Unless the specifieatian ar descriptian contains or is fallowed by words reading tl�at no l�e, equrvaient, or "ox-equal" ztem or no substihation is p�rmitted, other items of material or equipment of othex Suppliers may be submitted to City for review under the circum�tances described below. 1. "Or-Equal" 1'terr�s: If in City's sole discretion an item of material or equipment proposed by Contracior is functionally equal to that named and s�fficiently similar so that no change in related Work wiil be required, i� may be cansidered hy City as an "or-equal" item, in which casa review and approval of the proposed item ffiay, in City's sole discretion, be accarnplishe d wrthout cornpliance with some or all of the raquirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item af material or equzpment will be considered functionally equa.l io an item so named i£ a. the City determines t.�a.t: 1) it �s at least equal in ma.t�rial� of construction, quality, durabiliiy, appearance, streng�, and design characteristics; CITY O�' �0121' WQItTH Fort Worth Nalure Center & Refuge Boardwalk Phase il 5T.�1%]D1IIZDCONSTRUCTIDN SPECIFICAT[ON DOCUMk:N"I'S CityPrajactNo,102320 Revision: 823/1U21 00 �a oo - i GENERAL CONaITION 5 Page 22 of 63 2} it w�7I reliably perfarm at least equally well the functian and achie�e th� r�sults imposed by f11e design concept of the completed Praject as a fU.netioning whol�; and 3) it has a prnven recard of performanc� and a�vailabilit� n� responsive sexvice; and b. Contractor cer�es that, if approved and incorparated into the Work: 1) tllere w�l i�e na increase in cost �o tbe City or �ncxease in Contract Time; and 2) it will conform substantially to the detailed req�ements o� the item z�amed in the Coni�act Documents. 2. Substitute Iten�,s: a. I�iz� City's sole discretsan an item of material ar equipment praposed by Contractor daes nofi qual�y as an"or-equal" item under Paragraph 6.OS.A.1, it may be subznitted as a proposed substatute itexn. b. Contractor shall submit sufficient information as provided below to aIlow City to determine � the item of mat�rial or equipment proposed is essentially equivalent to that named and an acceptable substitute th�refor. Requests fax z�e�ew of proposed substitute i�erns of rnaterial or e�uipment will nat he accepted by City fram anyone other than Con�ractor. c. Conf.ractar shall u�ake written app�ication io City �or re�view of a praposed substitute item af mate�al or equipment that Cantractor seeks to furnish ar use. The application sliall comply with Sect�on Ol 25 QO and: 1) shall cert�y that the prap�sed subsf.i�tute itezn wiil: a) perforzrz adequaiely �lie functions and achiev� th� results called for by tkae general design; b) be similar in subsfa.nce �o that specified; c) be suited io tha same use as tl�at specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudic� Contractar's aehievement of fnal completion an fiizr�e; b) whether use of the proposed 5ubstitute i�em in the Wark will require a change in az�y af the Contrac� Documents (or in the pravi�ions of any othex direct contract wi�h City far othex work on ihe Project) ta adapt the design to i�e proposed �ubstitute �tezz�; CITY QF FORT WORTH P'ort Warth Isature Cenfer & Refuge Boardwa][c Phase II STANI?ARDCONST&UCTION SPECIFICATION DOCi1MCNTS Revisio�ti: 823/1A21 City ProjeetNo. 102320 oo7aoo-� GEN�RA� CQNDITION 5 Page 23 of b3 c} whether incorporation or use of the proposed substituie item in connection with the Wark is subject to payrrient of any license fee or royaliy; and 3) will identifyy: a) all varia�ions of the propased substitute item from that specified; b) available enginee�ing, sales, rnaintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all casts or cred'ats that will result directly or in�irectly from use of such substitute item, including costs of redesign and Damage Cla.ims of other con�.ractors affected by az�y xesuhir�g change. B. Suhstatute Consts�cctionMethods orProcedures: If a specific means, method, techni�us, sequence, or procedure of construction is expxessly xequired by f1�e Contract Documenis, Coniractor �ay furnish or utivze a substitute meaz�s, znethod, fiechnique, sequence, ar procedure of coristruc�ion approved by City. Contractor shall subrivt sufficient infarmation to allaw City, in City's sole ciiscration, to deterniine that fihe substitute proposed is equivalent to �at e�ressly called for by the Contract Dacuments. Contractor shall make written application to City for review in the sanr�e manner as those provi.ded az� Paaragraph 6.QS.A.2, C. Ciiy's Evalua�ion: Ciiy wiil be allowed a reasonable time withir� which to evaluafie each p�opasal or submittal mad� pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Con�ractar to fnrnish additional data about the proposed subsiitute. CiLy will be the sole judge of accepfiab�ity. No "ox-equal" or suhstitLrte will be ardered, instalted or utilized until City's revi�w is complete, which will be evidenced by a Change Order in the case of a substiiute and an accepted Submittal for an "ar-eq�aZ." City will advise Cantraetor in writing nf its determination. D. Special Guar�antee: Cit�r ma� require Contractor fo furnis� at Canfiractor's expense a special performance guarantee, warranty, or other sureiy wrth xespect ta any substitute. ContNacto� shall indemn � and hold hrxrjnless eity and anyone directly or indarectly employed by them frorn and c�gafnst any and ail claims, damages, los.ses and expenses (including attorneys fees) crrising out af the use of substituted materials ar equipment E. City's CostReirahursement: City wili recard City's costs in evaluating a substi�.ute proposed or submitted by Cont�ractor pursuant ta Paragraphs 6.OS.A.2 and 6.05.B. Whether or not City approves a subst�e so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor ma.y also be required to reimburse City for fihe el�ges for making chang�s in the Contract Docutnents (or in the provisions of any other direct contract ��a City) resuhYng frorn tha acceptance of each proposed substituie. F. Contractor's Expense: Contractor shall provide all data in support of any proposed subst�itute or "or-equal" at Contractor's exper�e. CITY OF FORT WORTH Furk Warth Nature Center &, IZefuge Boardwalk Phase II STt�iVDARDCONSTRUCTION SPEC1rICATfON DOCiJMENTS Kevision; R�23f2021 Ciry Pra�ect No. 1OZ320 00 �a oa - i CENERAL CON� ITION 5 Page 24 of 63 . 1. G. City Substatute Reirrtbursement:Costs (savings or cl�arges) atkributable to acceptance o�a subsfitute �l�all be incorporated to the Contract by Cl�ange Qrder. H. Time F.�ctensions:No additio�aal tirne will be granted for substitutians. Concerning Subcont�acto�s, Su�pliers, and �the�s A. Contracior sha11 perform with his own organization, wor1� a� a value not less than 35% of th� valu� embraced on tkze Cantract, unless oiherwise approved by the City. B. Contracior shall not employ any Subconfiractor, Supplier, or oiher inc�ividual or entity, wl�ether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to emplay any Subcontrac�ax, SuppJzer, or other individual or entity to fut�nish ar perform any of the Worlc against whom Con�ractor has reasanable object�on (exclud�g those acceptable to City as indicated in Paragraph 6.06.C). C. Th�; City may from time to �ime require the use of certain Subcontractors, Suppl'zers, or other individua�s or entities an �he project, and will provide such requirements in the Supplementary Conditions. D. Mino�aty Busiraess Enterprise Compliance: It is City policy to ensure the full and equitable partzcipation by Minority Business �nterprises (MBE) in the procurement of goods and s�rvices an a contrachaal basis. If the Contract Docurnents provide �or a MBE goal, Contxactor is required to comply wiih the uatent of the City's MBE Ordinance (as amended) by the fo]Iowing: l. Contractar sha�, upan request by City, provide complete and accurate inf'orination regaxding actual �vork perforrned by a MBE on the Conixact and payment illerefor. 2. Contxactor will not rnake additions, delefions, ox substitutians of accepted MBE without written consent of the City. Any unjustified cl�ange ox deletion shall be a material breach of Cantract and may result in debarment in accordance with fik�e procedures outlined in the Ordinance. 3. Contractor shall, upon reques�by Ciry, allow an audit and/ar examinatzon of any books, records, or files �n the po�session of the Contractor that will substantiate the actual work perfoxrned by an MBE. Maierial misrepresentataon of any nature wvill I�e grounds for tei-t�in�fion �of the Contract in accordance with Paragraph 15.02.A. Any s�ch misrepresenfi.ation rnay be grounds for disqualifica�ian of Confiractor to bid on future contracts with the City far a period of not less tha.n three years. E. Contractor �hall be �uI[y responsible to City far all act� and omissio�s of the Subcontractors, Suppliers, and ather iridi�iduals or entitie� per�orming or furnishing any of the Wark just as Contractor is respora�rble for Contractor's own acts and omissiQns. No�sng in ihe Contract Dociun�nts: C1TY OF FaRT WOR'I`H Fort Worth Nature Center & Refuge B�ardwalk Pl�ase II S'FANDARbCOI�STRUCT]ON SPECIFIeATION DOCLJMENTS Revision: 8�13/x0'l] Ciiy Project No. 1Q2320 QO7200-1 CENERAL COND ITION S Page 25 of 63 6.07 1. shall create �or the benefit af anq such Subcontractar, �upplier, or other individual or entity any corrtractual relatiior�ssbi�p between City and any such Subcontractor, Supplier or other individual or entity; nar 2. s�al� create any obligation an the part of City to pay or to see to the payment o� anq mQneys due an� such Subcontractor, Supplier, or other individual or entity except as may otherw�e ba required by Laws and Re�ulations. F. Contractar shall be �olely respansble for scheduiing and coardinaY�ng the Work af Subcontractors, Suppliers, and other individuals oz� entzties performing ar furn�shing any of the Work under a direct o.r indirect cor�tract with Contractox. G. AIl Subco�txactoxs, Suppliez�s, and such oth�r individuals or entities performing or furnisl�ing �.ny of the Woxk sbal� canamunicate with Ciry through Confractor. H. All Work perforrned far Contractor by a Subcontractor or Supplier will be pursuant to an appropriat� agreement between Cont�aetor and the Subcontractor ar Supplier which specifically bitac�s the Subcontractor or Supplier to the applicable tezrns and conditions of the Contract Dacuments for the banefrt af Gity. Wage Rates A. Duty to pay Prevailing Wage Rates, Tha Contractar shall comply with all requirements af Chaptex 2258, Te�s Gavernrnent Code (as amended), including fhe payment of not less than the rates determined by the City Counci� of the City of Fart Worth to be �he prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B, Penalty fo� T�iolatian. A Con#xactor or any Subcontractor who doe5 not pay the prevailing wage shafl, upon demand made l�y the �ity, pay t4 the City $60 for each worker emplayed for each calendar day or part of tha da.y tha.t the worker is paid less tla�n the prevai7ing wage rates stipulate d in these coniract docwnents. This penalty shall be ret�ined l�y the Cit�y to nffset its administrative costs, purs�aant to Texas Government Code 2258.023. C. Co�plaints of Violations and City Dete�rnination of Goad Cause. On reeeipt of informatian, including a compla.int by a warkex, cancerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subconfiractor, the City shall rnake an initial de�ermination, before the 31st da.y after the date the City receives the information, as to whether good cause exists to believe that the vioJatian occwred. Th� City shall no�y in writing the Cantracior or Subcontractor and any ai�fected worker o� its initial detei�nination. Upon the City's determination that there is good cause to believe the Cantractor ar Subcantractor has violated Chapter 2258, the City shall retam the fixl� amounfs claimed by the claimant or cla.�ants as the tiifference betweenwages paid and wages due �nder the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final d�termination of the violation. C1TY OF F�RT WORTI� Fort Warth Alature Center & Refuge Boardwalk Phase ll STANDARDCOAiSTRUCTION SPECIFICATIOA! DOCUiv1�h1T5 CityArojectNo. i�2320 Revision: &�13/2021 oo�zoo-� GENERAL C4ND fT10 N S Page 26 uf G3 5.08 D. Arbit�ation Required if Vialataon NotResolved. An issue re3a.ting to an a.11eged viola�ion of Section 225$.023, Texas Gnvez�nment Code, including a penalty owed to the City or an affected worker, shall he submitted to binding arbitration in accordance with t�e T�a�as General Arbzt�ation Act (Article 224 et seq., Re�vi�ed �tatutes) i�f the Contraetor or Subcontractor and any af�ecfied worker does noi resolve th� issue by agreementbefore the 15ti� da.y aftertl�� date the City makes its initial determinaiion pursuant to Paragrap� C above. If the persons required to arbitrate undex this section do not agree on an arbitratar before �e l lth day after �he date that arbitration is required, a dast�ict court shall appoint an arbitrator an the petrtion af any of the persons, The City is not a party it� the arbiit�ration. The decision and award �f the arbitraior is final and bind.ing on all parties and z�aa� be enforced 'm any court of competent jurisdiction. E, Records tn be Maintained. T'he Contractor and each Subcontractar shall, for a period of three {3) years folla�ving the date o� acceptance of the work, maintain r�cords that show (i) the name and occupation of eachworker eznployed by the Contractor in th� construction o�'fihe Work provided for in tlzis Con�ract; and (n) tlae actual pex diem wages paid to each worker. The records sha.11 be open at all reasonable hours for inspect�on by the Ciry. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Prog�ess Payrnenis. With each pro�ress payrnent or payraU. period, whichever is less, the Con�ractor sh�]1 subm.it an affidavit stating tha.t the; Coniractor lxas complied with the require�nents of Chapter 2258, Te�s Gover.nment Code. G. Posting of Wage Rates. The Contracior shall post prevailing wage rates in a conspicuous place at all times. H. Subcont�actor Compliance. The Contracior shall include in� its subcontracts andlar shall otherwise recnaire all of its Subcontractars to comply with Paragraphs A thraugh G above. PatentFees and IZoyalties A. Contractor sha�l pay aIl license fees and royaities and assuzx�e all costs incident to the use in the perfornsance a� the Work or the incorporation in the Wnrk of any �vention, design, proce5s, product, ar device which is the subject of patent rights ar eopy�rights held b� ot�iers. If a�a.rticular invention, design, process, product, or device is spacified in the Can�act Documenis for use in the performa.nce of the Work and if, to ihe actual knowledge of Ciiy, its use is subject to patent rights ar eopyright� calling for the paytxzent of any license fee or royalty to afhers, the existence of such rights shall be disclosed by City in the Coniraet Documents. Failure o� the Ci[t� to disclose such informaiion do�s not relieve the Confractor from rts obligations to pay f�ar the use of said fees or royaliies to other�. B. To the full�st extentpermitted by L�ws and Regulations, Coniractor shccll indemnify arad h�Id ha�rr�ess City, from cznd against all clexims, costs, losses, and damages (including but not li�ited to all fees and charges of engineers, architeets, atto�ney�, c�nd other prof'essionals and all cau�t or arhttrc�tion or other dispute resolution costs) arising out af or reiating to any infr�angenient o, f patent rights or capyrights incidentto the use in the performance ofthe Work o� resultingfram CITY OF FpRT WORTH Fort Worth �lature Center & Refttge Boardwalk Phase II STANDAIiDCONSTRUCTIO�i 3PEEIF[CATIOK bqCiJMENTS City PrnjectNo. 142320 Revision: 8232Q21 oa�zoo-i GENEI2AL CONpIiIdN S Pege 27 of 63 the i�cor�o�ation an the Warlc af any invention, design, process, product, or devfce notspeeif ed in the ContractDocuments. 6.09 Pe�rnits and Ufaditfes A. Cont�aetor obtained permits and licenses. Cantractar shall ob�aum anc� pay for all const�uction permits and licenses except those provided for in the Supplementazy Conditions or Cantract Documents. Ciiy sha.11 assi�t Contractor, when necessary, in obtaining such pern�it� and lieenses. Contractor s1�a�1 pay all goverr�rnental charges and inspection fees necessary for the prosecutioa� of the Work which are applicable at the time of opening af Bids, ox, if thare are no Bids, on tb.e Effective Date of the Agreement, �xcept far permits pro�ided by the City as spec�ed in b.09.B. City shall pay aIl charges o� utility o�wriers for connections for provid'mg permanent service to the Work. B. City ohtainedpermiisand licenses. City will obtaiu� and pay far all pernuts and licenses aspra�ided far in the Supplementary Cond.itions ax Coni�act Documents. It will be the Con�ractor's responsbility to carry oui the provisions of fihe permit. If the Contractor initia.tes changes fo the Contract and the City approves the changes, the Cantracior is responsi6le for obta�g clearance� and caordinating wiih ihe appropriate regulatory agency. The City will not reimburse the Cantractior for any eost associated with these areq�airements of any City acquired pe�rt. The following are parmits the Ci#y wiil obtain i�required: L Texas Deparhnent of Txazxspo�rta�ion Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Pex�anits 4. Rai}road Compa.ny Permnts C. Outstanding permits and lieenses Thc City anticipa.tes acc}uisition of axzdlox acc�ss to perm�s and �icenses. Any autstanding permi�s and Iicenses are anticipated io be acquired in aceordance with the schedul.e set farth in the Supplementary Conditions. The Paroject Schedul� submitted by the Con�ractor in accardance with the Contraet Docwnents musi consider aa�q aukstanding p�rmits and licenses. 6.10 Laws and Regu2ations A. Contractor shau 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 lry applicabl� Laws and Regulations, the City shall nat be respons�le for monitoring Contaractor's compliance with any Laws or Regulations. B. If Contractor perforrns any Work lcnow�g or havYng reason to know tha# it is contrary to Laws ar Regulations, Coniractor shall bear all cJaims, costs, losses, and da.mages (including but not l�mit�d to all fees and chaxges of engitaeers, architects, attorneys, and other professirn�als and al� CITY OF FORT WORTH Fort FVortfi Nature Center �i Refuge Soardwallc Phase TI STAP4DARDCONSTRUCTIOT3 5AEC1rICAT10N DOCUIVIE3�]'i'S CityProjectNa.102320 Revision: S�3/.�(�i DD7200-] GENERAL CON� IT 10 N S Page 28 of G3 caurt or axbit�a#ion or other disputa resolu�ion epsts) arising out of or relating to such Work. However, it shall not be Cantractor's respons�bility to make certain that the Specifications and Drawings are ir� accordance with Laws and R�gulatians, but this shall not relieve Gontractar of Cantractor's obligatians under Paragraph 3.02. C. Changes in Laws or Regutations not �rnown at ihe time of op�nirig of Bids havmg an effect on the cost or tinle of performa.nce a� the Wark may be the suhject of a� adjustment in Cont�racfi Price or Contract Tirne. 6.11 Taxes� A. On a contract awarded by the Ci�ty, an organization which quaIifies �or exemptio�. pi.irsuant to Texas `I'ax Cod�, Sut�chapter H, �ect�ons 151.301-335 (as amendec�, the Coni�actar may pwrchase, rent or lease all ma.ter�als, supplies and equipment used ar consumed in the pex�a�rrnrnance of this contract by issuing to his supplier an exemp�ion certifieate in lieu af the taa�, said exemption certificate to compiy with State Compfro�ler's Ruling .007. Any such exeFnpiion certificate issued to the Contractar in lieu of the tax sha.11 be subject ta an�d shall comply with the provision of State Comptxoller's Ruling .011, and any otlier applicable rulings perta7nino to ihe Texas Tax Cade, Su.bchapter H. B. Texas Tax perinits and in�oz�atian may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Sta.tion Austiz�, T� 78711; ar 2. httpl/www.vvindow.state.tx.us/taxinfo/taxforms/93-farms.html 6.12 Use of Site and Other Arec�s A. Limitation an Use of Site and OtherAreas: 1. Canf,ractor shall canfiue corvstructian �quipment, the stoxage of materials and equipment, and the operati,on� af warkers to the Srte and other areas pernutted by Laws and Regulations, and shall not unreasona.bly encumber the Site and other are�s with cflrnstruction equipment or oiher maierials or equipzxzent. Cantractor shall assurne full responsibility fox any damage to any such ]a.nd or area, ox to the owner or occupant �ereof, or of any adjacent land or areas resuliing from the perfozma.nce of ihe Work. 2. At any tIIne when, in the judgrnent of the Ciry, the Contractor has ahstructed or closed ax i� carrying on operations in a portion of a street, right-of-way, or easement gr�ater than i� necessaxy for proper execuiian of the Work, the Crty may require the Contractar to fuvsh the section on which operatians ara in pragress be�are wozk is commenced on any additional area of the Site. C1TY OF FORT WOR'TH Fort Worth Nature Center & Rafuge Boardwalk Phase II STANDAR.�CONS'CRUCTION SPECIFICATION DOCUI4IENTS Revision: 8r)3/1.(lZl Ciiy PrnjectNo, 102320 00 �z oo - i GENERAL CON� ITION S Page 29 of G3 3. Should any Damage Clairn be made by any such owner or accupant because a�the per�armance of the Work, Contracto�r shall promptiy attempt to resolve the Darnage Claium. 4. Pursr�ant to Paragraph 6.21, Contrc�ctor shall andemnify and hold harmles� City, �rom and against all claims, costs, losses, and dqmages arising out of or� r�elating ta any claim or action, legal or equitable, bYaught by any such owner or� occupantagainst City. B. Rema�al of Debri�s During Perfar�mance of the �ork: During the progress of tk�e Work Cantraciar sl�all ke�p the Site and other areas free from accumulations of wasfie xnaterials, rubbish, and other debr�s. Removal and disposal of such. waste materials, rubbish, and otl�ex debr�s shall canf�arm to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notace i� gi.ven to the Contractor that the clean-up on the job site is proceeding in a Ynanner unsatis£actory ta the City, if the Contrac�or fails to carrect the u�safisfactory procedure, the City may take such direct actiion as th� City deems a�pxopriate to correct the clean-�p deficzencies crted to the Contractor in the written no�ice (by Ietier or electronic commu.nication), anci the casts of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to becorne due to the Cantractor. D. FinalSrte Cieaning: Priorio Fina1 Accepta.nce of the Work Contractar shall clea.n the Site aazd the Wor� and make it ready for utilization by City ar adjacent properiy owner. At tY�e camp�etion of the Woxk Contractor sball remove from the 5ite all tools, appliances, cons�ruction equapment and m�a.chinery, a�zd sutplus materia7s and shall restore to original candition or better all property disturbed by the Wor�. E. Loadang Structut-es: �ontractor shall not load nar �ermit any part of any structure to be loaded in any Yna.nner that w�71 endanger the structure, nor sha.11 Contractor subject any part of the Worl� ar adjacent property to stres�es or pres�ures ti�at will endanger it. 6.13 Record Dacunaents A. Contractox shall ma:mtam in a sa�e place at the Site or in a place designated by ihe Conixactor and approved by the City, ane (1) record copy of all Drawings, Spee�ications, Addenda, Change Orders, Field Oxdexs, aand written interpretations and clarif'ications in good order and annotated to 5how changes made durimg cor�struction. These recQrd documents together wiih all approved Saznples aa�.d a counterp�.rt af all accepted �ubmittals will be available to City for reference. Upan completaon of the Wark, these record docurnents, any operation and rnaintenance manuals, and Submittals w��.l be deIivexed to City prior to Final Inspection. Contractor sha]1 in�lude accurate Iocations for buried and imbedded i�ems. G.1�- S�fety and Protection A. Contractor sha.11 be so�ely responsible for in�t�iatir�g, maintaining and supervising all safety precau�ions and programs in connec�ion with the Work Such respansibility does not relieve Subcantractars of thei� responsibility for the safety of persor� or propezty in the perfo�nance of their warl�, r�or far compliance with appficable safety T,aws and Regulatiar�. Cantractor shall CIT'Y OF FpR"T WORTH ForE Worth Naiure Cenier & Refuge Boazdwalk Phase II STANDARDCONSTRUCTION SPE,CIF]CATION i]OCUMENTS Cify Projectl�Io. 102320 Revisian: 8/232(121 D0720.0-1 GEN�RAI.CONDITION S Page 30 of b3 6.15 6.16 6.17 take alI necessary precautions for the safety of, and shall provide the �ecessary protection to prevent damage, injLu•y or lo�s to: , 1. all p�rsans on the Srte or wk�o rnay be affected by the Work; 2. aIl the Work and mat�xials and equipment to be incozparated therein, whether in storage on or off the Site; and 3, ather property at the Site or adjacent thereto, including fireas, shrubs, lawns, wa3k�, pavements, roadways, structures, utilities, and Underground Fac�7ities not designated fox removal, relocation, or replacement im the course of construction. B. Conixactor shail comply with all applicable La�rs and Regulatio�a� relating to ihe safety of persons or property, or to the proteciion of persons or propezly fra�n darnage, injury, or los�; and shall erect and ma.urtain all necessary safeguards for such sa£ety ar�ci pxotection. Contractor shaIl notify owners of adjacent property and of Underground Facilities and othex ut�ity owners when prosecution of tkie Work may affeci ihem, and �hall cooperate with �hem iun. the prot.�ctian, removal, relocation, and replacement of thair property. C. Contractor shall comply �nrith tl�e appficable xequixements of City's safety programs, if any. D. Contracior skall inform City of the specif'ic requirements of Co��ractox's safety program, if any, with whi[ch City's employees and repres�ntafives must comply while at fhe Site. E. AIl damag�, injury, ar lass to any pxoperty referredto in Paragraph6,14.A.2 or b.14.A.3 caused, directly or indirectly, in whole or in pa.rt, by Co�tractox, any Subcontractor, Suppli�r, or any other individual ar entity dir�cdy or indiree�ly employed by any of them to perform any of the Work, or anyone for whose act� any of them ma.y be Iiable, shall Ue remedied by Contractar, F. Contaractor's duties and responsi��7ities for safeiy and for proteetion o� the Work shall continue until such tune as all the Work is completed and City has accepted the Work. �'afety Representative Contractor shall inform City in writing of Contractor's d�signated �afety repre,�entative at ihe Site. Hazard C�rrt�nunicationProgt�ams Contraciar shall be respor�ble for coordinat.�g any e�change of material safety data sheets or oth�r hazard communica�ion information required to be mac� available io ox exchanged between or among employers in accordance with Laws or Regulations, Emergencies and/or Rectcfication A. Tn emergenci�s afFecting the safety ax pxotec�ion of persons ar �he Work or property at flie Site or adjacent thereta, Cantractox �s abligated to act to prevent threatened da.mage, injury, or loss. Contractor shall give City prompt written no�ice if Contractor believes that any significant CTTY OF FORT WOR'i'EI Fort Worth Nature Center & Refuge Boardwalk Phase II S'I`AT�IbARbCONSTRUCTiON SPECIFIGAT[aN DOCiJMENTS CityProjeatNa.1q23�0 Revisian: 8232021 oo�zoo-� GENERAL CON � 1710 N S Page 31 of G3 changes in the Work or variations frona the Contract Do�umernts have been caus�d thereby or are required as a resuli thereaf. If City determines that a change i�n the Co�ix'actDocuments is required because af the action taken. by Contractor m respanse to such an emergency, a Change Order may be issued. B. Should the Contractor �ail to respond to a��quest from the City to rectify any discrepancies, ornissions, or correction n�cessary to conform witli the requiremenis of the Contract Dvcuments, fhe City shall give the Contractor written notice that such wark or changes are to be performed. The written notice shall direct attention to fihe discrepant condition and request the Cozat�actor to tak� rem�dia.1 aciion to correct the condition. In the event the Contractar does not take positi�e st�p�s to fulf'ill this written request, or does not show just cause for not taking the proper acti+an, within 24 hours, the City may take such remedial action w�h City forces or by contract. Tb.e City shall deduct an amount equa.l to the ent�e costs for such remedial action, plus 25%, �rom any funds du� or bacome due the Contractar on the 1'rojec�. 6.18 Submattals A. Contractor shal� submit required Submiita�s to City �or reviaw and acceptance in accordance with the accepted Schedule of Submiitals (as required bq Paragraph 2.0'7). Each subrnittal w�l be identi�'ied as Czty may require. 1. Submit nurnbcr of copies �pecified in the General Requirements. 2. Data shown on the Submittals will be complete with respectto quanti�ies, dimensions, specif'ied performance and design cri�eria, materials, and siinrlar dafia to show City the services, materials, and equipment Contractor propases to provide and to enable Ci�ty to review the information far the limited purposes required by Paragraph 6.18.C. 3. Subzx��ltals �ub�utted as hereaz� provi�ied by Contractor and reviewed by City for confornaance wiih the design concepY shall be execut�d 'm conformity with the Contract Dacw�ents unless otherwise reqraired by City. 4. �Vhen �ubrnittals are submitted for the pwrpose of showing the instal]ation in greater deta.il, �lieir review shall not excuse Contractor frorn req�cements shown an the Drawings and Sp�cifications. 5. For-In�armaiion Only sulamittals upon which the City is not e�ected to conduct review or take responsive action may be so ideniified in the Con�ract Docwnents. 6. SuUmit required number af Samples specified :m the Specificatians. 7. C�eaxly identify each Sample as to material, Supplier, p�rtinent data sucn as catalog numbers, the use for tivhzch intended and other data as �ity may require to enabl� City to revi�w the submittal for the lin�ited ptuposes required by Paragraph 6.18.C. CITY OF FORT WORTH Fort Wortt► Nature Cenier & Refuge Soardwalk Phase ll STANDARI7CONSTA[lCTIq�T SPECIFICATION DOCiJMEN'CS CiryProjectNo.10232D Revisian: 823202i oo�zoo-i GENERALCONDITIdNS Page 32 of 63 b.19 6.20 B. Where a Submittal is r�quired by the Con�ract Documents or the Schedule of Submittals, any relaied Work performed prior to City's review and acceptance of the �ertinent submitta.l will be at the sale expense and responsi�ility of Contractor, C. City's Review: 1. City will provide timely review o� xequired Submittals in accardance with t11e Schedul.e of Submittals acceptabl� to City. City's revi�ew and acceptance wi11 be only to determine i� fhe items eovered by the submittals will, after insta.11ation or incorporation in the Work, eor�arm to the information given in the ContractDacuments and be coznpatible with the design concept af 4he completed Project as a funetioning whole as iz�dacated by ihe Coriiract Documents. 2. City's re�riew and acceptance will nat e�tend to m�ans, metlaods, techraiques, sequences, or procedures o� cansttruuction (except where a�articular means, method, technique, sequence, or procedure of canstructian is specifically and expressly call�d for by �e Con�ract Documents) or to safety precauti��as or programs incident thereto. The revi�w and accepiaxace of a separate item as �uch w�ill not iu�dicaie approval of the assernbly in vvhich the item fwictions, 3. City's revie�v and acce�tance shall not relie�e Con�rac�or from responsibility for any variatian �xarn tlle requirements of the Cantract Documenis ux�ess �ont�actor has com�plied with the requirements of �ection 01 33 00 and City has gi�ez� written acceptance of each such variatian by specific written nota.iion thereof incorporated in or accompanying ihe SubmittaL City's xeview and acceptance shall not relie�e Contractor fram respansibility for complying �wvit�i the requirements of the Gantract Docum�nt�. Continuingthe Work Except as otherwise provided, Contractor shall carry on th� �ark and adhere to fik�e Project �chedule during a11 disputes pr disagreements with City. No Work shall be dela.yed or posfponed pending re�olution af an�r disputes or disagxeements, except as City and Contractor may athexwise agree in writing. Cantracto�'s Gene�al Wc�rranty and Guarantee A. Contractor wa�;rants and guarantees to City thai all Work will be ita accordance with the Contract Documents and will not be defecti�e. Ciiy and i�s officers, diorectors, zr�embers, part�iers, ernp�oye�s, agents, C0115UI�XltS, and subcontrac�ors sha.11 be entit�d to rely an representation of Coniractor's warr�nty and guarantee. B. Coniractor's warranty and guara.ntee hereunder excludes defects or damage caused by: 1, abuse, modification, ar improper mamienance or operation by persozas other than Contractor, Subcontractors, Suppliers, or any other individua.l or entity �or whorn Contracior is responsible; ar CITY OF FORT W�12T"H P'ort WorYh Nature Center & Refuge Boardwalk Plxase II STl�4NDARDCONSTRI�CTION SPE�IFICATiON IIOC[.1MCNT5 City Project No. 102320 Revision: 8f13/1QZ1 00 �a oo - i GEIVERAL. COND ITlON S Page 33 of 63 2. norma.l wear and tear u,nder nornaal usage. C. Contxactor's abligat�on ta perform and complet� the Work in accardance witk�. tl�e Contract Docwnents sha11 be absolute. None af the followin� will constitute an acceptance af Work iha.i is not �iza accaxdance with the Con�ract Documents or a ralease of Contractor's nbfigation to perform the Wo:tk in accardance with th� Contract Documents: Fort Word� Nature Center & Refuge Boardwalk Phase II 1. observations by City� City ProjectNo. I02320 2. reconunendation or payment by City of any progres� or final paymant; 3. the issua.nce of a cariificate of Fina1 Acceptance by Gily ar anq payment related thereto by City; 4. �ase or oceupancy of the Work or any part thereo� bq Ciiy, 5. any review and accepfiance oia Submittal by City; 6. any inspection, test, or approval by athers; or 7. any correction of defective Work by City. D. The Contractor shall rern.edy any defects ar damages in fihe Work an�l pay for any darnage to other work or property resulting thexefrom whi�h shall appear wiihin a period af two (Z) years from the da.te af Final Acceptance of the Work unless a long�r period is speeified and shall furn�sh a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notzce o�absexved defects with reasonable promptness. 6.21 Inde mnific atio � A. Contractor covenants and agrees �o indenr��nEi.fy, ha�d harmless and defend, at its own egpense,the City, it� officers, servants andemployees,fro�n and against any and all clauns arising out o� or alleged #o arise out of, the work and services to be per�'ormed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees +under th� Cantract. THTS IN1lF,MN]FTC`ATTCI]!T PRnVi��(lN TC SP . FI T,T.V TNTFNiIFn T() OPERATF. ANn RF F.FFFC:TiVF FVFN 1F 1T T� ALL.ECYED OR PROVEN THAT ALi, nR SnME OF THF 1lAMA[TF.� RF.TN[� �nLi(�HT WEIZF. f__`A_LT�F,�.T . TN WFT()i,F, (lR TN PART. RY ANY AC'T_ (IMY��T()N [lR NF,(�LI{iENCE OF THE CiTY, This indemni�ty provi�ion is intended to include, without limitation, indemnity for cast�, ex�en�es and legal �ees inc�rred by the City in defending against such claims� and causes of actions. B, Contractorcovenantsandagreestoindemnifyand holdharnlless,atits ovWnexpense,tbeCity, its afficers, setv�nts anc� employees, from and against any and all loss, damage or destruction ofp�roperty oft�e City, arising out oi, or alleged �o a�rise outo� ihe work and se�vices �o be pe�rformed by the Contracfor, its officcrs, agez�ts, employees, subco�ntractors, licensees or invitees uncier this Contract. THi� TNDF,MNTF'TC'ATinN PRCIViSTnN i� CTI'Y OF FORT WORTH Fort Worth Nature Center & Refvge Boardwalk Phase ❑ STANbAT2bCqN5TRUCTI4N .SPECiFICATIQN DOCLJMENTS CityProjectiVa.102320 Revision: 82�1 oo7�oa-i GENERAL COND ITfON 5 Page 34 of 63 �. �,� 6.23 ' ► rl 1 1 i' :_ Y:►1 : ►I I► I IC 'a� 1► ■: = !► _ IU I ■ 1�1�: � I► i rY �l : 1 � al� / �: \ ': e � :►S �U 1� 1 ► \ \ 1 ■ Delegertion ofP�ofe�sional Design Services A, Contractor will nat be required to provide professiona.l design ser�ices unl.ess such serviees are specificaily required by the Co�t�ract Documents far a portion of the Work ar w�less such services arerequirec� to carryout Can�ractor's respons�ilities for constn�etion means, rnethods, techniques, sequences and procedures. E. If prafesszazxal design services or c�rti�cations by a deszgn profe�sional re]ated to systems, materia.ls or equipment are specifically required of Cont�actor by the Contract Dncutnents, City will sp�cify a�l per�oxmance and de�ign criteria that such services must satisfy. Contractor shall cause such services ar certifications to �e provid�d b� a properly licensed professional, whose signaiure and seal shall appeax on all drawings, calcula�ions, �pecifications, cert�'ications, and Submitials pr�pared by such pxofessionaL Submittals relat�d to the Wor1� designec�. or certified by such professiona.l, i� prepar�d by athers, shail bear such professional's wxiiten approval when submitted to City, C. City slaaJl be entitled to rely upan the adequacy, accuracy and completeness of the �er�zces, certifications ox approvals performed by such desigz� pro�essionals, provided City has specified to Contractor per�ormance and design crit�ria that such ser�es must satisfy. D. Pursuantto thi� Paragraph 6.22, Ciiy's review and acceptance of design calculafiions and design d�awings will be only for the limrted purpose of checking for conformance with perfonnance and design criteria given and the design concept e�ressed 'm the Cantract Docurnents. City's review and acceptance af Submittals (except desi�gn calcula.tions and design drawings) will be only for fhe purpose stated in Paragraph 6.18.C, Right ta A�dit A. The Contraciar agrees t.�a� �� City shall, until the expiration af �•ee (3) years after final payment under this Con�ract, l�av�e access to and the right to examine and photocopy any directly pertinent books, docum�nts, papers, and recoxds of the Coniractar invol�ing �ransaCtions arelating to this Contract. Coniractor agre�s tha,t �he City shall ha.ve acce�s during Regular Working Ha�a�rs ta aU. necessary Contraetor facilitie� and shall be pro�ded adequate and appropriate work space in order to conduct audits in compliance with tl�e provisions of this Paragraph. The City shall give Contractor reasonable advance notice o�iz�tended audits. S. Contractor fi�rther agrees fia include iti all its subcontracts hereunder a pxovision to ihe effect that ihe subcontractor agrees filzat ihe City shall, until the e�piratian o� t�ree (3} years after �inal paymeni undar �is Cont�act, have acce�s to and the ri�ht to �xamine and phatocopy any directly pertinent books, documents, papexs, and records of such Subcontra.ctar, involving transactions to the subconi�act, and fixrther, that City sl�all have access during Reg;uiar Working Hours ta all CTI'Y OF I'01ZT WpRTH Fort Worth Nature Center & Refuge Boardwalk Phase II STAlVDARDCONSTRUCTIDN SPECIFICATION DOCt.]NI�:t�!'I'S Ciiy ProjectNo. I02320 Revision: 8232Q21 OD72D0-] G�N�RAL CONDITION 5 Fage 35 of 63 Subcontractor facilities, and shall be pxavided adequa.te and appropriate work space in, arcl�r to conduct audits in compliance with fih� pravisions af this Paragraph. The City shall give Subcontractor reasonable advance notice af intended audits. C. Contractor and Sul�can�xa.ctor agr�e to photocopy such documents as may be requesfed by the City. The City agrees to xeimburse Contractor �or the cosi of the copies as fo�ows at the rat� published in the Te�s Adtvii7�strativ� Code in effect as of the tune copyia�g i:s perfarmed. 6.24 Nondiscr�imination A. The City is responsb�e for operatYng Public Transportation Programs az�d im�plementang transrt- related pr�jects, which are fuuded in part w�th Federal financial assistance avvaz�ded by the U.S. Department of Transportation aud the Federal Tratisit Admuiistration (FTA), without discrimina.ting against any persoaa in the t7nit�d States on the basis of race, color, or national origin. B. Title V�l Cival RightsAct of 1964 as arrtended.• Contractor shall comply vvith the requirements of �e Act and the Regu]ations as fuxther clefined in the Supplementary Conditions for any project receiving Federal ass�stance. ARTICLE i— OTHER WORK AT THE �ITE 7.OI Related Wor�k atSite A. City rzaay perform ather work ralated to ihe Pro3ect at the Si�e wikh City's empl�yees, Qr other City contxactors, ar thraugh other direct contractstherefor, or have other workperformed by utility awners. If s�rch other wark is r�ot noted in the Contract Documents, then wriiten notice thereof will be gi�ven to Contractor priar to starting any such other work; and B. Contractor shall afford each other cantractor who i� a party to such a direct contract, eachutility owner, and City, � City is perfoiming other work with City's employees or other Crty contractors, proper and �afe accesstothe Site, provide axeasonable opportuniiy for the in�roduction and storage af ma.terials and equipment and the execut�io� of such oth�r wor�, and properly coordinate the Work with theirs. Coniractar shall do all cutt�ing, 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. Contractar shall not endanger any work of others by cutting, exca�ating, or otherwise altering such work; provided, howev�r, 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 e�ecution or results of any part of Cantractor's Work depends upon woxk per�oar.med by others under this Article 7, Cantractor shall inspect such other work and prorr�ptly report to Ciiy in writing any delays, de�ects, ax de�'iciencies in such other work that render it unavailable or unsuitable for the proper execution and xesults of Contractor's Worl�. CQntractor's fa�lure to so report will constitute an acceptance af such other work as fit and proper for integration wrth Contractor's Work except far la.tent defects in the wark provided by others. CITY OF FORT WOR7'H Fort Worth Nature Center & Refuge Boardwalk Phase II STt1I�fDARDCON3TRiICTIDN SPECIFICATION DDCUMENTS CityProjectNo, 102320 Revision: 8232Q21 007200-1 GENERAL CON� IT 10 N S Page 36 of63 '1.02 Caordination A. If City intends tQ contract with a�hers for ihe performance of other work on the Projeet at the �ite, the following will be set �nrth m Supplemeniary Candition,s: l, the in�davidual or entiry who will h�.ve authoxi�ty and responsib�ity for coordinafion of tl�e activit�es arnong the various contractors will be zdent�ed; 2. the specific matters to be covered by suchautharity and responsibxlity wi11 be itemized; and 3, the extent of such authariry and responszbili.ties will be provided. B. Unless oiherwise provided in the Supplementary Condit�ons, Cit� sh�aIl have authority for such coordination. ARTICLE � — CITY'� RESPONSTBILITIES $.{}1 Ca�nications ta Co�ziracto� Except as otherwise prouid�d in the �upplementary Condfions, City shall issue all communications to Contractor. 8.02 Furnish Data 8.03 E6���! s.os ' 1. City shall timeIy furr�ish the data xequired under ths Contract Documents. Pay When �ue Cit3r shall make payments fio Cantractor in accordance with ArticJe 1�. Lands anc� Easements; Keparts and Tests City's duties with arespect to providing lands and easernents and providing engin�ering surveys to �stablish re�erence points axe set forth in Paragraphs �.01 and 4.05, Paragraph 4.p2 refers ta City's identifying and ma.king avaalable to Contractor copies of reports o� expiora�ions and te�ts of subsut�'ace eondhions anc� clrawings of physical conditions relating to existing surface ar subsurfaee structures at ar contiguous to the Site thafi have been utilized by City in preparing tk�e Contract Documents. Change Orders City sha.11 execute Change Orciers in accordance with Paragraph 10.03. Inspections, Tests, and Appravals City's responsibiIity wiGh respect to certain inspecfions, iests, and approvals is set �orth in Paragraph 13.03. CITX OF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARDCONSTRUCTION SPECIFICATION DDCUMC3VT5 CityProjectNo.I02320 Revision; 8��z1 00 �z oa-i GEN�RAL CONDITIfliJ S Page 37 of 63 5.07 Limitafions on City's Responsibilitaes A. The City sha:ll not supervis�, direct, or have conirol ar authority aver, nor be responsble far, Cpn�ractar's means, methods, techniques, sequences, or procedures o� construc�ion, or �he safety precautions and programs iricident thereio, or for any failure af Conttactor to comply with La�ws and Regulations applicable to the performance of the Work. City will not be respor�sible for Cantractor's failure to perform the Work in accordance with fihe Contract Documents. B. City will notify the Contractor of applacable safety plans pursuant to Paragraph 5.14. 8.0$ Undisclosed Hazardous Environ�raental Condition City's responsbility vvith respectio an tuidisclosed Hazardous Environmental Condition �s set forth in Paragraph 4.Q6. 8,09 Compliance with SafeiyPragratn While at the Site, C�ily's emplayees and r��resenfiatives shall comply with the specific applicable requurex�ents o£ Cantractor's safety prog�ratns of which City has been m%rmed pursua:nt to P aragraph b.1.4. ARTICLE 9— CITY'S OBSERVATYON STATUS DURING CON�TRUCT�UN 9.01 City's P�ojectManager City will provide one or m+oxe Project Manager(s) during the eonstruction period. The duties and responsibilities and the ]izz�ita�ons o£ authority of City's Project 1Vlanager during construction are set forth in the Conf�act Dacuments. The City's Project Manager for this Contract is ident�ied ixi the Supplementary Canditions. 9.02 Visits to Site A. City's Praject Manager will make �isits to the Si�e at interval� appropriate to the various stages o� canstruction as City deems necessary in order to ohserve ihe progress that has been made and the qua.liky af Y11e �ariaus aspects af Contractor's executed V[Tork. Based an information obtained during such visits and observations, City's Project Manager will detez�zxxine, in gez�eral, if the Work is proc�eding in accordance wrth the Contract Docurnents. City's Project Managex will not be required to malce exha.ustrve ar continuous inspections an the Site to check tl�e quality or quantity o£ the Work. City's Project Manager's efforts will be clirected toward providing City a greater degree of confdence that the completed Work will con�orm genera]Iy to the Contract Dacuments. B. City's Project Manager's visits and observatians are subject to all the limitatians on authority and responsibility in the Contract Documents includang those set farth in Paragraph 8.07. CI'I'Y OF FOR'F WORTH �prt y�prth IyFature Center & Reiuge Boardwalk Phase II STANDARDCONSTRUCTIOM 5AECIF[CATfON DOCUMENTS Revision: $C�1 Ciry Project 3�10. ] 02320 00 72 00 - l GEIVERRL CONaITION S Page 38 of 63 9.03 AuthoNized Variations ira Work ��IZ� ►! 1 �1I� Ciiy's Project Manager may autharize minor varia.tions in the Wark from the requ'rreme�ts of �e Contract Dacurnents which do not involve an adjusit�ent in �e Cantracfi P�ice or the Contract Time and are campatlble with the design concept of th� completed Project as a fiuictioning whole as indicated by the CQntract Documents. These may be accomplished bp a Field Order and will be binding on City and also on Contractor, who shall perforrn the Work involved promp�ly. Rejecting Defective Wo�^l� City will have authority to reject Work which City's Project Mana.ger believes �o be defective, or will not produce a cornpleted Project that conforms to the Cantraci Dacuments or iha.t will prejudice ihe integrity of the design concept of the completed Project as a�unctianing whale as indicated by the Contract Docum�nts, City will ba�e authority to conduct special inspectian ar testing of ihe Work as provided in Article 13, whether ar not fihe Work is fabricateci, installed, ar completed. Determincatioras for Work Perfa�med Contractor will deternline the actual quantities and cla,ssifications of Work pexfoxrx�ed. City's Project Manager will re�vi�w with Contractor ihe preliminary det.�rminati�ns on such matters before rendering a written recommendation. City's written decision will b� fina.I (except as modi�ied to reflect changed factual conditions or more accurate data}. Decisions on Requir�ements ofCont�actDacuments and Acceptabiliiy of Work A. City wilI be tl�e initial interpzeter of the raquirements of the Contract Documents and jud�e of the acceptability o�the Warkthexeunder. B. City will render a written decision on a.ny issue referred. C. City's written decision on the issue referred will be final and bind.ing on the Contractor, 5uhject ta the provisions a�Paxagraph 10.06. ARTICLE 10 -- CHANGES IN THE WQRK; CLAIMS; E7�TRA W4RK 10.01 Author�ized Changes in the TT�o�k A. Without invalidating the Coz�.�ract and without notica to aily surety, City may, at a.zry tune ar from tune to time, order E�ra Work. Upon notice of such E�tra Work, Co�tractor shall promptly proceed wit.� tha OVork involved wk�ich �vill be performed under tha applicable conditions of the Confract Documents (exc�pi as athez-wise specifically pravidedj. Extra Work skza�I be memorialized by a Change Order which may or may not preced0 an ar�er of E�ra work. B. For minoz ckaanges of Work not requiring changes fio Contract Tune or Contract Price, a Field Order ma.y be issued by the City. C1TY OF PORT WOR7'H Fort Wortii Nature Center & Refuge I3pardwalk Phase II STA,NpARI]COidSTRUCTIOTI SPECIFICATION DOCiIMEIJTS CityProjectNo.102320 Revesian: 81�3IJ.C121 oo�aoo-� GENERAL CDiJD IT 10 N 5 Page 39 of 63 10.02 Unauthorized Changes ara the Wo�-k Contractor shall not be enfitled to an increase in the Contract Price or an extension of the Coniract Time with respect to any work performed that is not required by th� Contraci Documents as amended, modi�ed, or supplemented as pra�rided in Paragraph 3.0�, exc�pt in the case of an ernergency as provided in Paragraph 6.17. 10.03 F,xecution ofChange Orders A. City and Contractor �ha.Il exeeute apprapria.te Cl�.ange Orders covering: 1, changes in the WQrk which are: (� order�d by City pursuantta Paragraph 10.O1.A, (u� required because of aeceptance of d�fectiv� Work under Paragraph 13.48 or City's correction of defective Work under Paragraph 13.09, or (iii} agre�d io by th� parties; 2. changes in the Contraet Priee or Coniraci T�ne wi�ich are agreed to by the parties, including any undis�uted sum or amount of time for Work actualiy performed. 10.04 Exl�-a YYork A. Should a diffexence arise as to what daes or does not constitute Extra Work, or as to ihe payment �hereaf, and the City insists upon its performance, the Contractor shall proceed with the w�ork after making w�ritten request for �ritten orders and shall keep accurate account of tl�e actual reasonab�e cast thereo£ Contracti Cla.ims regarding E�hra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such insta.11ation recrnds of all deviations from the original Contract Documents as ma.y be necessary to enable the City to prepare for permanent record a correcfied set of plar�s showing tlie actual in�talla.�ion. C. The compen�ation agreed upon for Extra Work whet�er or not iniitiated by a Cllange Order sha.11 be a full, eomplete and fina.l payment �or a� costs Contractox mcuxs as a resul� or relating to ihe change or Extra Work, whe#her said costs are known, unknown, foreseen oz� wiforeseen. at that t�me, �cluding without lirnitatzon, any costs £ox delay, e�ended averhead, ripple or itnpact cost, or any other effect on changed or unchanged work as a xesulf �f th� claange ox E�ra Woxk. 10.05 Notification to Su�ety If the pro�vi�ions of any bond require notice to be given to a surety of any change affecting th� general scQpe of the Work or the provisions of the Contract Docutnents (includin�, bu� 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 cbange. CTTY QF FORT WORTH Port Wart}► Nature Cenfer & Refuge Boardwalk Fhase II S'TAI�[DAI2DCOTi�TRUCTIDN SPECIFICATION DOCiTMENTS CityProjectNo.102320 Revision: 8i13l�O21 00 �z oo - � G�N�RAL CONb 1710 N 5 P �ge 40 af F3 IQ06 Cnntract Clainxr Process A. City's Decisian Requared: All Contract Claims, except those waived pursuant to Paragraph 14.09, shaIl be referred to the City far decision. A decision by City sl�all be required as a candition precedeni to any ex�rcise by Contractor a� any rights or remedies he may otherwise ha.ve undex the Contract Documcnts or by Laws ax�d Regulations in r�spect of such Contract Claims, B, Natice: 1. Written notiee sta.ting t1�e genexal nature of each Contract Claitn �hall be delivered by the Contractor to City no ]ater than 1S da.y� after the start of the event gi�ing rise thereta The responsbility to substani�ate a Cantract C1airn shall rest with the party making the Cantract C�aim. 2. Natice o£ the aznouni or extent of the Contract Claim, with supporting da.fia shall l�e delivered ta the City on ox before 45 days frorn the start of the evenf gi�ring rise thexeto (unless the City allo�vs adc�itianal tir�e for Contractor to submit additional or mor� accurate data zn support of sucl� Contract Claim}. 3, A Contract Claim for an adjustment in. Contract Price shall be prepared � accordance with the provisions of Paragraph 12.01. 4. A Contract Claun for an adjustment in Contract Tirne shall be p�repared iz� accordance wrth ihe provisians o� Paragxaph 12.02. 5. Each Contrac� Claim shal� be accompaz�i.ed by Contractor's written statement tl�at the adjustmen� cla�rned i� the �ntire adj�strnez�t to which the Conf�actor bel�eves it is entitled as a result of said event. G, The City shall submrt any response to th� Contractor within 30 c�a.ys after receipt of the elairnant's Iast subznuital (u.nless Contract allov�s additional time). C. City'sAction: City will re�riew each Coz�tract Claim and, within 30 days after r�ceipt of �he last subrr�ittal of ihe Con�ractar, if any, talce one af the fol�owing actions in writirig: 1, dea�y tb.e Cantract Cla.im in whole or in part; 2, approve the Contract Claim; or 3. notify the Confraetor ihat the City is ut�able �o resolve the Contract Claim i�, in the City' s sale discretion, it woulti be inappropriate for t1r�e City to do sa For purposes of further resolution of the Contract Claim, such notice shall be deemed a de�.ial. C1TY OF PORT WO.RTH Fort Worth Nature Center & Refuge Boardwaik Phase II STANDAIZDCONSTRUCTION SPECCF[CATION DOCUMENTS CityProjectNo.102320 Revisian: 823/?.Q�7 00720Q-1 GENERAL CONUITIOi� S Page 41 of 63 D. City's written action under Paragraph lO.Ob.0 will be fina.l and binding, unless Ci#y or Contractar invoke the dispute resolution procednre set �arth iu Article 16 within 30 da.ys of such action or denial. E. No Contxact Cla.im £ox an adjtastment in Contract Price ar Contract Time will be valid if not submitted in accoxdan.ce with this Paragraph 10.06. ART�CLE ll— COST OF THE WORK; ALLOWANCES; U1vIT PRICE WORK; PLANS QUANTITY MEASUREMH�NT l l.fll Cost of the Work A. Costs Included: The term Cost af the 17Lrork means tha sum of all costs, except those excluded in Paragrap�i l 1.O1.B, necessarily incurr�d and paid by Contractor in the proper perfoxzx�a�.ce of the Work. When tt�e vah�e of any Work cavered by a Change Order, the costs to be reiunbursed ta Co�t�ractar will be only those additional or incrementa.l costs reqciired because of the change in the Woxk. Such casts s�a.11 not iriclude any of the casts iternized in Paxagraph 11.O1.B, and shall include but not be ]imited to the foIlowing items: 1. Payroli costs far employees in the direct employ of Contxacfior in the performance of the Work under schedules of jnb classifications agreed upon l�y Ci�ty and Contractor. Such amployees shall in�lude, wiihaut limitation, superin�ter�dents, foremen, and other personnel arnployed full time on the Work. Payroll costs for employees not emplo�+ed full time on the Work shall be apportioned on the basis of their fiirxze spent on tl� Work. Payroll cost� sha11 include; a. salaries with a 55% markup, c�x b. salaries and wages plus the cost of frir�ge benefrts, which shall include soczal security canin'butions, unemployment, excise, and payroll taxes, workers° compensation�, healtla and xetirement benefits, bonuses, sick leave, vacation an�l hofiday pay applicable thereto. The expenses of performin.� W ork outside of Regular Working Ho�s, Weekend Warking Hours, ar l�gal holiciays, shali be included in the above to the e�ent authorize d by City. 2. Cost of all materials and equipment furnished and incorporated in ihe Work, including costs of transportation and storage thereof, and Suppliers' fielc� services required in connection therewiih. 3. Rentals of all construc�ion equaprnent and macl�inery, a.nd the paxts thereof whether rented from Contractor or others in accordazzce with zenta� agreements approved by City, and the costs of transportatian, loading, unlaading, assez�zbly, di�mantling, and remo�al thexeof. All such costs shall be in accordanc� wi�a �e terms n� said rentaI agreem�nts, The renta.l af any such equipmexYt, machinery, or parts shall cease when fihe use thereof is no longer necessary for the Work. CITY OF FORT WdR'FH Fort Wnrth Nature Center & Refuge Boardwalk Phasa II STANfIARbC0�1STRUCTIQN SPECIFICATION DOCUMEI�f'I'S CityT'EajectNa.102320 Revision: 82�1 oo�zoo-� GENERAL CONDIT1013 S Page 42 of 63 4. Payments made by Canfractox to Subcontractors for Work perfarmed by Subcontractors. I� required by Ciiy, Cantracfox shall obtain competitive bi.d� from subcontractoxs acceptable to City and Coniractor and shall deliver such bids to City, who wi71 then determine, which bids,. if any, will b� acc�ptable, If any subcontract �rovicZes that th� Subconiractor is to b� paid on ihe basis af Cost of the Work p�us a fee, the 5ubcontractor's Cost of the Work and fee shall be detertnined in the sam� manner as Contractox's CQst of the Work and fee as provided in t.his Paragraph 11.01. 5. Casts af' special consultants (inciuding but not limited to engineers, archztects, testing labora�aries, surveyars, attorneys, and accountants) employed for services specifi�ally related to the Wark. 6. Supp�emental costs including the �ollowit�g: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's eznplayees incurred in discharge of duties cflnn�cted with the Woxk. b. Cast, including transportation and maintenance, of aIl ma.teria.ls, supplies, equiprnent, ma�hinery, appliances, office, and temporaxy facilities at the Site, and hand tools not owned by the workers, r�vhich are cansuzxaed in the performance of the Work, and cost, less market vahze, of such items used but not cons�ed which remain tlie properiy of Con%•actor. c. Sales, consut�er, use, and other similax taxes reIated to the �Vork, and for which Contractor is ]#able z�ot co�ered under Paragraph 6.11, as imposed by Laws and Regulations. d. D�posits lo�t far caus�s o�her than neglzgen.ce of Contractor, any Subcontractor, or a�yone directly or indirectly employed by any o£ them ar%r whose acts any of them may he ]iahle, and royalty payments and f�es for permits and licenses. e. L055�S and damages {and related expenses} caused by dama�� to the Work, not compensated by insurance ox otherwise, susta.ined by Contractar it� connection wi�a, fihe performance of the Woxk, provid,ed such losses and damages have re�ulted fram causes other than tha n�gligence of Cantractox, any Subconfixactor, or anyone directly or indirectly employed by any of them nr for whose acts any of them may be liable. �uch losses shall include settlements rnade witli the written con�ent and approval of City. No such loss�s, darnages, and expenses shall be included in fihe Gost of the Work for the purpo�e of deiermining Contractor's fee. f. '�ki.e cost of utilities, fu�l, anc� sanitary faciliti�s at the Si�e. g. Minor expense� such as telegxazxas, long clistance telephone calls, telephone and commluucation services at the Site, expre�s and courier serviees, and sinlilar petty cash items in connection with the Work. cl�rxo� �o�T waRTx STANDAIiDCONSTRUCTIQ�I SPECIFICATIbN I�pGUMENTS FortWorthNatureCenYer&12efugeBoardwalkPhaseTi Revisian: 823fJfp.1 City ProjectNo. 10232b 007200-1 GEIVERAL CONd 171�N S Page 43 of 63 h. The cosis of pre�iutns for all bonds and insura�ce Contractor is zequired by the Contract Documents to purchase and maintair�. B. Costs Excluded: The terna Cost o�the Work shall not include any Qf the following iterns: Pa�'oll costs and other compensation af Contractor's officers, executives, principals (of partuerships and sale praprietorships), general managers, safety max�agers, engineers, architects, estunators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site ar in Contractor's principal or branch office for general adnninis1�ation of the Wark and not specif'ically included in the agreed upan schedule of job classificati�ns ref�rred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all af which are to ba cansider�d ac�tnu�trative costs covered by the Contractor's fee. 2. �xpenses af Contractor's principal and branch offices ather thaxi Contraciar's office at the Site. 3. Any paxt af Con�ractax's capital ��enses, including interest on Contractor's capital employed fo� the Work a.nd charges against Contractar far delinc�uent payments. 4. Casts due to the n�gligence af Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, inclt�ding but not limited ta, the correction of defective Work, disposal of ma#erials or equipment wro�y supplied, and making good any darnage to property. 5. Ot�r overhead or general expense cos#s af any kmd. C. Coratracto�'sFee: When ail the Wark is performed an th� basis of cost-plus, Contractor'� fee shall be determined as set iarth in the Agreement. When the value oi any 'GVork covered by a Change �rder f�r an adjustment in Contract Price is deteztnined on the basis of Cast of the Work, Contractor's £ee sha�l be determined as set forth in Paragraph 12.01.C. D, Documenia�aon: Whenever the Cost of the Wark for any purpose is to be deterrraix�ed pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractar will esta.blish and maintain records thereof in accnrdance with gen�rally accepted accounting practices and submit in a form acceptable to Crty an itemi�ed cost breakdown together with supporiing da.ta. 11.02 Allo�vances A. Spec�iedAllowance: �t is �understood that Conlraetor has included in the Contract Price all allowances so named in the Con�ract Documenis and sh�.11 caus� the Work so covered to be performed for such sums and by such persons or entities as may be accepta.ble to Ciry. B. Pre-bid Aliowances: 1. Coni�actar agr�es that: CITY OF F012T WORTH Fort Worth Nature Center & Itefuge F3oardwalk Phasa 11 ST�3VDARDCONSTRliCTION 5P8CIFICAilON I]OCTJTv1�NT5 Revisian: 81Zi20b1 Ciry Praject No. 1 p2320 Dd720.0-1 GENEFtAL CON�l7[ON S Page 44 of 63 a. the pre-bid allowances include the cost to Cont�ractor af nnaterial� and e�uipment required by the allowances to ba delivered af the Sike, a�d all applicalale taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and o#her expenses contemp�a.ted far the pre-bid allawances have been included i.n the allowax�ces, and no dema.nd for additional paymant on accouuf o� any of th.e for�going will be vaJ�d. C. CantingencyAllowance: Contract�r agrees that a confiin�ger�cy allowance, if any, is for the �ole use o� City. D. Prior to fina.l pay�ent, an apprapriaie Ghange Order will be issued to reflect actual amounts d�e Contraetor on accaiu�.t of Wark covered by aliawance�, and the Contract Price sUall be correspondingly adjusted. 11.03 UnitPrice Work A. Wh�re the Canfiract Documents provide that all ar part of the Work is to be Unit Price Work, initia.11y fhe Confract Price will be deemed to include for all Unit Prica Work an amount equal to the sutn of the unit price for eachseparately identified item af Unit Price Work tirnes the es�imaied quantity of �ach itern as in.dicated in the A�eement. B. The estirnated quantities of items of Unit Price Vi�ork axe not guaranteed and are solely for the purpose of comparison of Bids and determining an �rtial Cdnfiract Priee. Determinations of the actual qua�atities and cla.ssifications of Urut Prie� Wark perfarmed by Confiz�actor wili be made by City subj�ct to the provisions of Paragr�ph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Con�ractar's a�verhead and prcafit for each separately identif'�ed it�m. Wor� described in the Contract Dacuments, or reasonably in�erred as required for a functionally complete installation, but not identifed in the listing of unit price 'rtems shaJl be cor3sidered incidental to unit price work listed and �he cost af incidenta.l work ineluded as part of the unit price. D. City may �aal� an adjustrnent in the Contract Price in accordance wi� Paragtaph 12.01 if: 1, the quantity of any 'rtezn o� Urvit Price Work perfortned by Contraetor differs mate�7ally and significantly from th� estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respecf to any afiher item of Wark. E, Increased o� Decrea,s�ed Quantities.• The City reserves the right to order Exkra Work iu� accordanc� with Paragraph 1D.01. 1. If the changes in quaniities or the alteratiozls do not significantly change the cha.racter of work under ihe Contract Documents, the altered wark will be paid far at the Contract unit price. CITY OF FOR1' W012TH Fort Worth Nature CenYer & Refuge Boardwalk Phase II STAN]]ARDC�tVSTRlICT10N SPECIFICATION DOCiTMEAfT3 Ciry Project No. 10232D Revision: 8123R�1 U07200-1 GENERAL CONDITION S Page 45 of G3 2. If the changes in quantrties or alterations si�ificantly cbange the c�iaracter of work, tha Contract wrill be amended by a Change Order. 3, I�no wait prices e�t, this r,vill be consider�d Ex�a Wark and the Contract will be amended by a Change Order in accordance wrth Article 12. 4. A significant change in the character of �rork occurs when: a. the character of work for any Ifiem as altexed differs maferiall� in ldnd or nature from that in the Contract ox b. a Ma3or It�m of wark varies by mare than 25% from the original Can�ract quantity. 5. When the quantity of work to be done under any Major Itein of �e Cantxacfi is more than 125% of the original quantity stated in the Contract, then either party to the Contract rnay request an ad,justm�nt to the w�it price on th� portion of tlie work that is above 125%. 6. When the quantity of wor% to be done ux�der arzy Major Item of fhe Can�ract is I�ss than 75% of the original quantity stated in the Contract, t1�en ei�her party to the Cantract may request an adjustznent fio #he u�t price. 11.0� Plans Quantity Measu�ement A. P lans quantities may or ma.y not representtlie exact quantity of work performed or material znoved, handled, ar placed during the execution of the Contract. The est�nated bid qua.ntities �e designated as fmal payment c�uantities, unless revised by �he governing Section ar � Article. B. If the quantity measured as out�iraed under "Pxice and Payment Procedures" varies by more than 25% (or as stipulated under "Price ax�.d Payment Procedures" �a� specif'ic Items) from the total estimated quantity for an indi�idiaal Item oxi:giocaaJly shown in the Canfiract Documen#s, an adjus�ment may be made to the qua�ntity of authoxized woxk done for payment pi.u�poses, The party to the Contract requesting the adjusiment will provada field measurement� and ealcutations showing �e fiinal quantity �or which paymeni will be made. Payment foz revis�d quantity will be made at the unit price bid �or tk�at Item, except as pravided fax m Articl� 10. C. Vdhen quanti�ies are revised by a chang� in d�sign approv�d by the City, by Change Order, or ta correctan ez7ror, ar to correctanerr�r on the plans, the plans quantity will b� inereasedor decreased by the amaunt in�volved in the change, and the 25% varia.nce will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less t�an $250 and the It�m is nat originally a plans quantity Item, then the Item may be paid as a plans quantity Tiem i� the City and Coniractor agree in wriiing to f� the final quantity as a plans quantity. � i; CITY OF �ORT WOR'FH Fo�t Worth Nature Center & Refuge Soardwalk Phase II STANDARDCONSTR4CTION SPECIFICATION DOCi1MENT5 City ProjectNa. 102320 Revision: 823/L(�1 oo�zao-� GENERAL COhfDITION S Paga 46 of 53 E. For callout •c�vork or nan-srte specifc Coniracts, ihe plan� quantity maasurement requirement,s aze not �pplicable, ARTICLE 12 -- CHANGE OF CONTRACT PR�CE; CAANGE OF CONTRACT T�ME 12.p1 Cha�ge afContractPrtce A. The Contract Price may anly be c�anged by a Change Order. B. The vaIue of any V�ork covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contamed in th� Contract Docwnents, by application af such unit prices ta the quantities of the items invoh�ad (subject to the pro�visions of Paragraph ll.03); or 2. where the VVork involved is not covered by unit prices contained in the Coniract Dacument�, by a mutually agreed hxmp �um ar uni� price (which miay iriclude an al�ow�nce for overhead and profit not neces,sarily in accordance with Paragraph 12.O1.C.�}, and shall include the co�t o� any secondary impacts tha.t are foreseeabl� at the time of pricing the cost of Ex(xa Work; or 3. where the Wark involved is not covezed by unit prices contained in the Coniract Doeurnents and agreement to a lump sum pr unit p�ice is not reached under Paragraph 12.O1.B.2, on the basis of the Cast of the Work (deter�nined as provzded in Paragraph 11.01) plus a Contractor's fee for averhead and profit (determined as provitied i�z� Paragraph 12.�1.C). C. Cantractor'sFee: The Contractor's additional fee far overhead and proft shall be detezrnin.ed as follows: l. a muivally acceptable fixed fee; or 2. if a fiYed fee i� noi agread upon, then a fee based on the fallawmg percentages af the various portions o£ the Cost of the Work: a. for costs incurred undex Paragraphs 11.01.A.1, 1 LO1.A.2. and I1.O1.A.3, the Contractar's �dditional fee shaA be � 5 percent except for: 1) xental fees �or Contraetor's own �quipmeni usiug �tandard rental rates; 2) bonds and insurance; b. for cosis incurred und�r Paragraph 11..01.A.4 and 11.01.A.5, the Contractor's f�e shall be five percent (5%); 1) where one ox more tiers of subcontracts are on the basis of Cost of the Woxk plus a fee and na f�ed fee is agreed upon, the mtent of Paragraphs �2.Q1.C.�,a and 12,Q1,C.2.b a� that the Subcon�ractar who actually p�rforms Yhe Wark, at �vhatever CITY OF FORT WORTH Fort Worth Nahire Center & Aefuge Boardwalk Phase II STANDARDCONSTRUCT[ON SPEC[PICAT1aN DOCUM�;N'1'S CityProjectNo.102320 Revision: $23o-�102I 00 �z oa - i GENERAL CONDITION S Page 47 af 63 taer, w�l be paid a fee of 15 percent of the costs incurred by such Subcanl�actor under Paragraphs 11.01.A.1 and 11.01.A.2 and thafi a� hzgher �ier Subcontractor and Cont�ractor wiJl. each be paid a fee of �ve percent (5%) af the amount paid to tha nexi lower tier Subcontractor, howe�er in no case shall the cutnulative total of fees paid be in exeess of 25%; c, no fe� s�all bc payable on the basis of costs itemized iander Paragraphs 11.O�.A.6, axxd 11.O1.B; d. the amount of credit ta be allowed by Contractox to Czty �or any chang;e wluch results in a net decrease in cost will be the amount of the actual net decxease in cast plus a deduction in Contractor's fee by an amount equal to f�e percent (S%) of such net decrease. 12.02 Change of Contract �`ime A. Th� Contract Tirn� may only be ehanged by a Change Order. B. No e�ension of the Contract Time will be aIlowed for Ea�tra Wark or for claimed delay ux�less the Extra Work contempla.ted or claimed delay is shown to be on the critacal path o� the Project Schedule or Contractor can show by Criiical Path Method ana.lysis how the E�ra Woxk ox cJaime d dela.y adversely affects the critical path. 12.03 Delays A. Wl�ere Contractor is reasonably d��ay�d in tYie parformance or comple�ion of any part of the Work within �he Cont�act Time due to delay beyond the control of Contractor, the Contract Time may be e�ended in an amount �qual to the time lost due to such de�y if a Coniract C�n is made therefor. Delays b�yond the cantrol af Contractar sl�all include, but not be Iimited to, ac�s ar neglect by City, acts or neglect of utiliiy owners or other contractors perforining other work as contemplated by Article 7, fires, flaods, epidenucs, abnormaI weather candrtions, ar acts of God. Such an adjustment shall be Coniractor's sole and exclusive remedy for the dela.ys deserbed in this Paragraph. B. If Contractor is delayed, City sha.11 not be liable to Contractor for any claims, costs, losses, or darnages (including but not limited to all fees and charges of engineers, archrtects, a�torneys, and oiher professiona�s and all court or arbitration 4r aiher dispute resalution costs} sustained by Contractor on ar in conneetion with any other project or anticipated project. C. Confxactor sha11 not be entitled to an adjustment in Coniract Price or Contract Time for delays wit� the control of Contxactnr. Dela.ps aitrii�uta.ble to and within the control af a�ubcantractor or Supplier shall be deemed #o be delays w rthim tka.e co�trol of Cantiracfior. D. The Contractor shall recei�e no compensa�on for delays or hindrances to the Work, exceptwhen direct and unavoidable eatra cost to th� Contractor is caused by th� failure of the City to provide informatifln or material, if any, which is to be furnished by the Ciiy. CIi'Y OF FORT WORTEI Fort Worth I�lature Ceuter & R�fuge Soardwalk Phase II ST.A�IDARDCOMSTRUCTIqN SPECIFiCAT10N DOCUNiENPS CiEyProjactNo.102320 Revision: $231.�(�1 oo�aoo-i G�r�E�� cflNoiriaN s P age 48 of 63 ARTICLE 13 — TEST� AND INSPECTION�; CORRECTTOieT, REMOVAL OR ACCEpTANCE QF DEFECTIVE WQRK 13.01 Notice ofDefects Notice of all defecti�e Wark of which City has actual knowladge will b� givan to Cantractox. Defective Work may be rejected, correc#ed, or accepied as provided in this Article 13, 13.02 Access to Wor1� City, itmdependent testing laboratories, and gavernmental agencie� wi�li jurisdictional interests will have access to �lie Szte and the Wark at reasonable times for their obsar�ation, inspection, and festing. Con�ractor shall provide them proper and safe eonditions far such accass and ad�vise them o� Conh'actor's safety procedures and prograrns so that they rna.y cornply iherewith a� applicable. 13.03 Test.s and lnspectio�as A. Cantractor shail give City timely notice of readiness of the Work far all required inspectzons, tests, or appxoval� and shall coaperate with inspection and testing personnel to facilitate required inspec�ions ar tests. B. If Cont�act Docurnents, Laws ar Regulati�ns o� any public b�ody having jurisdiction require a.ny of the Wark (ar part thereo�} to be ulspec�ed, tested, or approved, Cantractor sliall assume full responsibility for arranging and obtaining suchindependent inspectaaxas, tests, retes�s or approvals, pay all cosfis in connection therewith, and furnish Cziy fhe xequired certi.ficates of inspection or approval; excepting, however, those fees specifically identi�ied in the Supplementaxy Conditions or any Texas Department of Licenstare and Regulatian (TDLR) inspections, which sha111�e paid as descnbed in the Supplementary Conditions. C. Contractar shall be responsble for arranging and obtaining and shall pay all costs in connection wiih any inspections, tests, re-tests, or approva.ls requu.�ed for City's acceptance of materiaLs or equipment to be incorporated in the Work; ar acCeptance o�zx�ateria�s, mix designs, or equipment submitied for approval prior to Contractar's purchase thereaf for incorporatian in the Work. �uch inspectiorvs, te�ts, re-tests, or approval� shall be pexformed by arganizations ace�ptable to Ciiy. D. City m�.y aa�range fax the ser�ice� of an 3ndependent tes�ing ]aboratory ("Te,s�ing Lab") �o perfarm any imspections or tests {"Testing") for any part of th� Work, a� determined solely by Ciiy. 1. City wiIl coordinate such Testing to the e�ent possble, with Contractor; 2. Should any Testing under this Section 13.03 D r�sult in a`�aiP', "did not pass" or other similax negative result, the Contractor shall be responsible for paying far any and all retesis. Contractor's cancellation without cause of City initiated Testing sba.11 Ue deemed a�egative result a.nd require a retest. CITY OF rORT WORTIi P'ort Worth Nature Center & Refuge Boardwalk Phase II STANDARDCOTiSTRUCTION SPEC[F[CAT1qN DOCCJ1Vi�N'i'S CiYyProjectNo.102320 Revision: $23/1p2.1 ao�zoo-� GEKERAL CONDI710N 8 Fage 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Coniractor. City �vall forward all invoxces �ox retests to Contractor. 4. If Contractor faiLs to pay the Testiing Lab, City w�l not issu� Final Payment uni� the Testing Lab is paid. � E. If any Work (or the work of others) that is to ba inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such V�ork far obs�rvation. F. Uncovering Work as provided 'ui Paragraph 13.03.E shall be at Cantractar's expense. G. Contractor shall have �he right fo rnake a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering YYark A. If any Work is covered contrary to the Contract Documents or specific instructions by tl�e City, it must, if requested by Ciiy, be uncovered for City's obse�rvation� and re�laced at Contractor's expense. B. If City considers it necessary or advisable that co�vered Work be observed by Cil,y or inspected or tested by others, Cantractoar, at City's xequest, shall t�ncaver, �XpDSE, ar otherwise rnake availa.ble for observatiox�, iu�spectian, ar testing as City may requir�, that portion of ihe Work in question, fiarnishing all necessary ]�bar, ma.ierial, and equipment. L If rt is found that the uncovered Wox1� is defective, Coniractor shall pay all claims, costs, lasses, and clamages (includ'mg but not limited to all fees and charges of eng�eers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out o� ar relating to sueh uncovering, exposure, observation, inspec#ion, and testing, and oi satisfactary replaeement or recons�ruction (incluelu�g but noi limited to all casts of repaix ox repla.cement of work of others); or City shall be erititled to accept defecfiive Waxk m accordance with Paragraph 13.08 in which case Con�racior shall still be respansible for all costs assaciated with �xposing, ohserving, and tesiing ttie defective Work. 2. If the uncovered Wark is not found to �e defective, Coniractox shall b� allowed an increase in the Contract Price or an e�ension of the Cantract Time, ar both, directly attributable to such uncovering, exposure, observation, inspection, testmg, xeplacement, an.d reconst�ucfion. 13.05 City May Stop the Wa�k I� t�e Work is c�e�ective, or Contractor fails to supply sufficient sk�7led workers or suitable materials or equapment, or faiL� ta perform th� Work in 5uch a way tl�at the completed Work will conform to the Contract Documents, Cii,y may arder Gontractor io stop �lie Work, or any portion thereof, u.ntil the eause �or such order l�s been elitninated; however, fihis right af City to stop the Work shall not give xise ta any dut� on the part of City ta �xereise this right for the benefit of Contractar, any C1TY OP FDRT WORTH STANDARDCONSTRUCTION SPLCIFiCATION DOCLI3viL�N1'S FortWorthNatureCenYer&RefugeBoardwalkPhasail Revision: 8Q3/1pZ1 Gity ProjectNa, 1�2320 oo�zoo-i G�N�RAL. COND 1710N S Page 50 ai 63 Subcontractor, any Suppfier, any other individual or enfiiy, ar any su�rety fox, ox employee ar agent of any of them. 13.06 Co�rection orRemovdl of Defective YIWor�k A. Promptly after receipt of written notice, Cant�actor shall correct all defect.�ve Work pursuant to an acceptable schedule, wheth�r or not fabricated, u�stal.led, ar completed, or, if the Work has bean rejected by Ciiy, remove rt from the Project and replace it wi�.li Woxk that i� not defective. Contractar shall pay all clainas, costs, addi�ional testing, l�sses, azzd damages (incluciing but not liniXked to al1 fees and ckarges of engineers, architec#s, attorneys, and oihex pro�"essioa�a� and all caut� or arbiirat�on or oiher dispute resol�tion costs) a��g aut of or relating to such correction or removal (in�cluding but not limiied to all cos�s of repair or replacemenfi o� work of others). Fa�ure to xequire the removal of any def�ctive Work shall not consfiitute acceptance ofsuch Work. B. When correcting defecti�ve W ork under the terms of �iis Paragraph 13.06 or Paragraph 13.07, Contrac�or shall tak� no action that would �oid or otherwiise iumpair City's special warranty and guarantee, if any, on said Work. I3,07 Co��ection Periad A. Tf wiihui two (2) years after the dafie af Final Accepta.nce (or such longer period of tirne as may be prescribed by the terms of any applicable special guaxantee required by the Contract Docum�nts), any Work is found ta be defectrve, ar i� the repa�r of any darnages tn the 3a.nd or areas made available for Contractor's use by City or permitted by Laws az�.d Regulations as coniemplated in Paragtaph 6.10.A is found to be defectiu�, Contrac�or shall pxomptIy, without cost to City and in accQrdance wiih City's written instructions: 1. repair such defect�ve laz�d ox areas; or 2. correct such defective Work; or if f.he de�ective Work has been rejected by City, rernove i� fram t11� Project and replace it with Work tkzat i� not defective, and 4. saiisfactorily correct or repair ox re�ove and xeplace any damage to other �ork, to the work of oihers or otlier land or areas zesult�n.g therefrorm. B, If Ca�tractor does not promptly co�nply with the tErms o� City'� written znsiructaons, or in an ernergency where dela.y would cause serious risk of loss or damage, City z�ay have the defective Work carz�ected or repaired or may have the rejected Work remo�ed and xepla.ced. All cla.ims, casts, losses, and damages (including but not liinited to all fees and cha�rges of engineers, archi�ects, attorneys, and other professionals and all court or other dispute resalutian casts) ax�ing out of or r�lating to such corzection or repair or such rernoval and replacement (including but not limited to all costs ai repazr or replacemeni of work of others) will be paid by Contractor. CiTY OF FORT WORTH Fort Worth Nature CenEer 8� Refugc Boardwalk Phase II STAAIDARDCONSTRUCTION SPECIFICATIOM DdCUMENTS Revision: 82312D21 C�fy Praject No. 10�320 007200-1 GENERAL CONU I710 N S Page 51 oF63 C. In specia.l circumstances where a particular item of equipmenfi is placed in cantir�uous s�rvice befare Final Acceptance of all the Work, ihe correction period fox that �kem may start ta run from an earli�r date if so provided in the Contract Docunaents. D. Where defect�ve Woxk (and damage to other Work resulting therefrom) l�as been corrected or removed a.nd replaced under this Paxagraph 13.07, the correction period hareunder with respeet to such Work may be xequired to be extended for an additional period of one yea.r after th.e end a� the initial coxrection periad. Ciry shall provide 30 days written no�ice to Cantraet�r shoul.d such add�tional w arra.nty coverage be requir�d. Contractor rnay dispute this requirement by filirig a Contract Claim, pursuant to Paragraph 1QOb. E. Contra�tor's obligations under tivs 1'aragraph 13.07 are in addition to any a�lier obligaiion ar warranty. The provisions of this Paragraph 13.07 shall not be construed as a subst�tute for, or a waiver of, the provisions of any applicable staiute of limitation or xepose. 13.08 Acceptance ofDefective Work If, i�nstead o� requaring carrection or rcmoval and replacernent of defective Work, City pre�ers ta accept i�, City may do sa. Cantractar shall pay all elaitns, cos#s,losses, and damages (including but not limited to all fees and ck�arges af en�ineers, archit�cts, attorneys, and other professionals and all court ox ofher dispute resolution costs} attrbutable to City's evalua.tion of and determinatian to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Con#�actor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be i�sued izxcorporating the necessaryre�isions in thc Cantract Documenis with res�ectto the Work, and City shall be e�tatled to an apprapriate decrease in th� Contraet Price, reflectux�g the d�iiinished �alue of Wark so accepted. 13.09 City �Ylay Correct Def�ctive Wo�k A. If Contractor fails withiti a reasor�able time after written notice from City ta correci defective Work, or to remove and replace rejected Woxk as required by Cily in accardance with Paragraph. 13.06.A, or if Conixactor fails to perform tl�e Work in accordance with the Contract Documents, ar if Caniractor faiLs to comply with any other provision o£ the Contract Docum�nts, City may, after seven (7) days written notice to Co�.tractox, coxrect, ar remedy any such d�f�ciency. B. In exexcis�g the rights and zemedies und�r t�is Paragraph 13.09, City shall proceed expeditiously. In connecfion with such corrective or remedial action, City ma.y exelude Contractor from all or pat�t of the Site, Yake possession of aIl ar part of the Work and suspend Contractor's services xelated thereto, and incorporate in th� Work all mater�al� and equipm�;nt incoxporated in the Wor�C, s#ared at the Si�e or far which City has paid Contractor bui which are stored elsewhere. Confiractox shall allow City, City's representativas, agents, consultan#s, emp�oyees, and City's other contractors, access to the Site to enable City to exereise the rights and rerr�edies under this P aragraph. C. All claims, costs, losses, and damages {�ncluding but not litnited to all fees and chaxges of engineers, arclutects, attprneys, and other prafessional� and all court or other dispu#e resolution C1TY OF FORT WORTH Fort Worth Nature Center & Iiefuge Hoardwalk Phase II STANDAFtDCONSTRUCTIpN SPECIFICATION 1�qCUM�NTS Revision: 8/132(�1 City ProjeetNo. 1Q232D 00720D-1 GENERAL CpND1TI0N 5 Page 52 of 63 costs) incurred or sustained by City in exercising the rights and ramedies under �is Paragraph 13.09 wi➢ be charged against Contractor, and a Change Order will be �ssued incorparating the necessaryarevisions in the Contract Docu.ments wfih respect to the Work; and Ci�y shall be enfitled ta an appxopxiate decrease in the Cantract Price. D. Contractor shall not performance of the P aragraph 13.09. be allowed a� exte�sion of the Contract Time because of any delay in the Work attrlbutable �o �he e��rcise af Ci�ty'S I'I�I7�5 and remedies under this ARTICLE 14 — PAYMENT� TO CONTRACTOR AND COMPLETION 14.01 Schedule o�T�alues The Schedule of Values for lump sum contracts �stablish�d as provided it� Paragiraph 2.07 will ser� as ihe basis far pragress payments and will be incorporat�d into a�orm af Application far Paymer� acceptabJe to City. Progress payments on account of Unit Price W ork wili be based on ti�e num.bex of units completed. 14.02 Pr�ogress Payrnents A. Applic�tions�forPaym�nts: 1. Con�ractor is responsble �or providing all information as required to becom� a vendor af the City. 2. At leasi 20 days before the dat� established in the General Requi�rement5 for each progress payznent, Contractor shall submm� to Ciiy for review an Application �ar Pay�.ent fi�ed out and signed by Contractor covering the Work completad as of the date o£ the Applicatian and aceompanied by such supporting documentation a� is r�quired by �the Cpntract Documents. 3. Tf payment is reques�ed on the basis af materiaLs and equipment not incorporated in the Work but deliverad and suitably sfared at the S�te or at another �ocation agreed to in writing, the Appl�cation for Paymeni shall also be accompanied by a bill of �ale, invflice, or oiher documentation warranting ihat City ba.s received t1�e materials and equipment free and clear of all Liens and evidence that the materials and equip�xze�t aare cavered by appropria.te insurance or other arrangements to protect �ity's intexest txa.ereira, all of which mu�t be 5aiisfactory to City. 4. Begi��g wiith the second Application for Paymeni, each Application shall include an affzdavi�t ai Contractar stating t�at pxevious progress p�yments received an account flf the Worl� have b��n applied on account to d'ascharge Gantractor's legit.�nate obligations associated witli pri�r Ap�linahans far Payment. 5. The amount of retainage with �•espect to progress payments will be as described in suhseciion C. unless atherwise stipulated an the Contract Documents. CITY OF FORT WORTI3 �'ort WorthNature Centar & Refuge Boardwallc Phase II ST.4NDARpCONSTRUCTIOAF 5PEC7FICATION I}DCiJ1V1ENTS Revision; 823/i023 City YrojeotNo, 1p2320 oo�aoa-i GENERAL CONDITION S Page 53 of 63 B. Review ofApplications: 1. City vvill, after receipt of each Applicat�on for Paymen#, eith�r indicate in writing a recornmendation of payment or rEturn thc Application to Cont�actor indicating reasons for refusing payrnent. In th� lather case, Contracto� rnay inake the necessary carrections and resubmit the Applieation, 2. City's processing af any payment requested in an Application for Payment will be based on Gity's observations of ihe exec�zted Work, and on City's review af the Application for Payment and the accoxx�pany'a�ag data and schedules, that fio th:e best of City's k�.owledge: a, the Work has progressed to the point indi�ated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an e�aluatian o� ihe Work as a functiorring w�ole prior to or upon �'mal Acceptance, the results of any subsequent tests caIIed for in the Cantract Documents, a fin,al determination of quantiti�s and classificatians for Worl� performed under Paragraph 9.05, and any ather qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented ihat: a. inspections made to checkthe quality ox the quanti�ty of the �Joxk asrt has beenperForrned have been exha.ustive, eXtended to every aspect of �lie Work in progress, or in�olved de�tailed inspections o��he Work beyand fhe respons��ies specifica�ly assignedta Crty in the Caniract Documentis; or b. there may not be other matters or issues betweenfihe parties t�t might entrtle Contractor to be paid adclitionally by City ar entitle Ciiy to wiihhold payment to Cantractor; or c. Contractor has complied with Lavvs and Regulatians applicable to Contractor's performance af the VVork. 4. City may refuse to process the whale or any part of any payment because of subsequently discovered evide�ce or the resulYs of subsequent inspections ox tests, and revise ax revake any suchpayrnent previous�y made, ta suc� e�tent as may be necessaryto protect City �om loss because: a. the Wark is defective or completad Wark has been damaged by the Contractor or subcaniractors requiring carrection or replacemeni; b, discrepancies m quaniities contained in pre�ious applications for payment; c. the Con�ract Price has be�n rreduced by Cha�ge Orders; d City has been required ta carrect defective Work ar complete Work in accoxda.nce wiXh Paragrap�i 13.09; or C�'i'Y OF FORT WOR"i'H Fort Worth Natvre Cenler & Iiefuge Boardwalk Pliase I] STAAlDARDCONSTRUCTION SPECIFICATION DOCUMENPS CiiyProjectNo.102320 Revision: 81Z#�1,1 oa7zao-� GENERAL COiJ� ITI�N 5 Fage 54 of 63 e. Ci�ty has actual knowledge of th� occurrence of any of the events enumerafied iu� Paragraph IS.02.A. C. Retainage.• 1. For contracts less than $400,000 at the time of e�ecutian, retainage sk�aIl be ten percent {10°/fl). 2. For contracts gxeatex than $400,000 at the time of execution, retainage sl�all be five percent {5%). D. Liquid�ted Dcanaages. For each calendar day #hat anp work sl�ll remait� uncompleted after fi11e time specified in the Coniract Documents, the surn per day specified in f.�ae Agreement will be assessed against the monies due the Contractar, not as a per�.liy, but as damages suffered by �he City. E. Payment: Coniractor will be paid pursuant to the requirements of thi,s Article 14 and paymer�t will become du� in accardance wikh the Contract Doc�rrients. F. Reduction in Payfnent; 1. City rnay refi�se ta make payment of the amount requested because: a. Liens have been filed in conneetion wrtb tkae ViTork, except where Contractor has delivere d a specific bond satisfactory to City to secure f11e satisfacti�on axxd dischaxge of such Liens; b. there �re othex �tezns entitling City to �. set-off agamst the amount r�comrnended; or c. City has actual knowledge oi the occurrence o�az�y of tk�e events enumeratedin Paragraphs 14.O�.B.4.a through 14.02.B.4.e or P�ag�•aph 1.5.02.A. 2, If City refiases to make payment of the amount requested, City will give Caz�tractar written notice sfa�ing the reasax�s far such action and pay Contractor any amounf rema.inino afte�r deduction of the aznount so withheld. City shall pay Contractor tha amount so �vikhheld, or any adjustment thereto agreed to by City and Cont�actar, vvhen Contractor rernedies ihe reasans far such action. 14.0�3 Cantt-actor's Warranty of Title Cantractar waanrants and guarantees that title to all Work, mat�rials, and eq�me�t covered by any Application for Paymeni, whethex incorporated in the Proj�ct or not, will pass to City no latex than tkae tima of payment fr�e and clear of all Liens. � CITY dF FORT WOR'I'H Fort Worth Nature Center & Refuge �aardwalk Phasc II STAND.4RbCONSTAi1CTI0N SPECIFICI�TI�N DOCiJMENTS Cifyi'rojectNo, 1Q2320 Revisian: B�iIZ{TZl ao �z ao - i GENERAL CON�IiION S Page 55 of 63 14.Q4 Partial Utalization A. Prior to Final Accepf.ance of aIl tne Wo�k, City ma� us� a� occupy any part of the Wark which ha.s sp�cifica]Iy be�n idantiffed in the Cont�act Documan�s, ar whieh City determines eonstitute s a separately functioning and usable part of th� Work that can l�e used for its intended purpose wifhout significant interference with Contractor's performance of the remainder of �he Work. City at any iime may notify Contractor in writing to permit City tu use or occupy any such part of tJxe Work which City determmes io be ready far its intended use, subject to the following candatxoz�s: 1. Contractor at any tune may z�atify City in writing that Contractax cansi�lers any such part of the Wark ready for its intended use. 2. Wi�hin a xeasonable time after notification as enumerat�d in Paragraph 14.OS.A.1, City and Contractor shall make a.n anspectaon o� that pa�k o� the Work to d�t�rn�ne it� status of completian. If City does not cansi�ler that part af the Work to be suhstantially complete, City will notify Contractor ui writing gi�ing the r�asons therefar. 3. PartialUtilization w�l not consiituta �'inal Acceptance by City. 14.05 Finall�.spectian A. Upon written notice from Contractor that the entire Work is Substantially Complete in accorda.nce with the Contrae� Dacuments: 1. Within 10 days, City will schedule a Final Inspectian with Con�aractor. 2. City wiIl notify Confiractar in vvri�ir�g af all particulars in which this insp�ction reveals that tkae Work is iu�coz�aplefe ox de�ectave ("Puuch List Items"). Contractor shall immediately take such measures as are necessary to comp�ete such Work or remedy such deficieneies. B. No time charge will be made against the Conixac�or between said date af notification to the City of Substantial Completian and the data of Final Inspection. 1. Shouid the Cfly dei�rmine tha.t the Wark is not ready iar Final Inspeetion, City will notify the Contraeior it� writing of fihe reason� and Contract Tune will resume. 2. Should the City concur that Substantia,l Completion has been achieved with �e exceptian of any Punch List Itexns, Contract Time w��l resuax�e �or the duratian it takes for Contxacfioz ta achieve Final Accep�tance. 14.QG FinalAcceptance Upan compl�iion by Contractar to Cily's satisfactioni, of any atiditiona.l Work identifieci in the Final Ti�pecfion, City will issue to Contractor a latter of Final Acceptance. CiTY OF F�RT W�RTH Fort WartU Nature Center & ReFuge Boardwalk Pbase II STANDARDCONSTRUCTION SPECIFICATION DOCiJMENI'S Gity ProjectNa. 10232p Revision: E�2.',C1021 oo�aoo-� �EN�RAL COND If ION 5 Page 56 of 63 14.07 Fi�aal Payment A. �9pplicationforPqyment: 1. Upon Final Acceptance, az�.d in. tk�e apinion �'mal payment followirzg tkxe procedure Contract Documents. of City, Contractor may mak� an applicafian �ar for progress payments in accardance wz�h �he 2. The final Application far Payrrient shal� be accompanied (e�cept as previously delivered) by: a. all documentatzan called for in the Contract Documents, including but nat limzted to the evidenc� af insurance xequared by Paragraph 5.03; b. consent of the surety, if any, to final payment; c, a�st o� aJ� pending or released Damage Claims aga.it�st City �t Contractor believes are unsett�ed; and d. affidavits of payments and complete and Iegally effective releases ar wa'rvers {satisfactory to City) of all Lien rights arising out o� �x Liens filed in connection with the Work. B. PaymentBecornesDue: 1. After City's aec�ptance of f.he Applzcation for Payment and accompanying docum�ntation, requested by Contractor, less pre�rious payxz�ents made and any sum City is entitle d, including hut noi limited to liquida�ed darnages, wil� 6ecome due and payable. 2. After all Damage Claims have beenresolved: a. dirac�ly by the Contracfor or; b. Contractor provides evidence that the Dama.ge Claim has been xepoxted to Contractor's ir�surance provider for resolution. 3. T`he making of the final payrrient by the City shall not relieva the Contraetor �f any guarantees or other requirex�en�s af the Contract Documents which sp�cifically contanue thereafter. 14.d8 Fanal Complefion Delcayed and Pa�tial Retainage Release A. If final completian af the Work is signifcantly delayed, and if City so confirms, City rnay, upon receipt of Contractor's final App�cation for Payment, and without terminating the Cantract, �ake payment of th� balance due �orc that portion of the Work fully completed and accepted I� the remaining balance to be h�ld bp City fox Work not fully completed or correct�d is I�ss than f.he retainage stipuIated 'vri Paragraph 14.02.C, and if bonds have been furnished as reqttired in Paragraph 5.02, the written canse�zt of the surety to the payment of the balanc� due f�r that CIT'Y Q� FpRT W�RTH Fo��t Wortl� Nature Center & Refuge Spardwalk Phase II STAi�[D11IfDCONSTRilCTION 5PECIFICATION DOCiJMENT5 Revision: �23/2021 CiEy Project No. 1 D2320 0072UO-1 GENERAL CON� I710 N 5 Page 57 of 63 portian af the Work f�illy completed and acce�ted shall be subrnitted by Contracta� to City with the Application for such pay�ment. Such paymen� sl�all be made under the ferms and canditians governing frnal payment, exc�pt thai it 5�all not consiituie a waiver o� Cantract CIaims. B. Pa�tial RetainageRelease. For a Contract that provides �or a separate vegetative establishment and maintanance, and test and performance periods fol�owmg f11� comp�etion of all other eonstructian in the Contract Documents fox all Wark laca�ians, the City may release a portion af the amount reta.ined provided tha# all other woxk is completed as d�terrnined by the City. B��oxe the release, all submittals and fmal quan�ies must be completed and acceptedfor all othex wark, An amouni suf�cient to enswre Cantracti compliance will b� retained. 14.09 Waive� of Claims The acc�ptance of fitzal payment wili constitute a release of the Ci�.y from all clauns or liabilitie s under the Contract far any�huig done or fuz�nished or xelatir�g to Y11e work under the Contract Docurnents ar any act or neglect of Gity related to ar connected vvith ih� Confiraet. ARTICLE 1� — SUSPENSION OF WORK AND T�RMINATION 15.01 City May Suspe�xd Work A. At any time and without cause, City ma.y suspend the Work or any portian thereof by written noti�e to Contractor and which ma.y fix the date on wl�ich Work wr71 be resumed. Contractar shall reswne the Work on the date so f�ed. Duruig iemporary suspension o£ the Work cavered by these Contraet Doc�,unents, for any reason, �lie City will nnake no e�tza payment for stand by iinne of con�truetion equipment andlar const.ruction crews. B. �houlci the Contractor not be able to co�aple�e a po�rfion af the Proj�ct due io causes beyond the control of and withaut the fault ox negligence o£ the Cantractar, and should it be detern�ined by muival cansent af the Conixactox and City tha.t a solution to aIlow construction to proceed � not availa.hle wi� a reasonable period af time, Contractor rnay request an extensi�n in Con#raci Time, directly attxibutable to any such suspension. C. If it should become necessary to suspend the Wark for an indefinite perioc�, the Contractor shall store all m�atexials in such a manner that they will not obstruct or impede the public unnecessarily nor becorne damaged in any way, and he shall take every precaution to prevent damage c3r deterzoration of t�ie work perform�d; he �hall provide suitable drainage about the work, and erect texnporaay structures wher� n�cessary. D. Con�actor may be reirnbursed for the cost of moving Y�is equipzzaent af� the job and returning the �ecessary equipinent to the job when it � deteimined by the Czty tlaat corkstrucfiion may be xesumed. Such reimbursement shall be based on actual cost to the Contractox o� moving the equipment and no profrt w�l be allo�ved. Reimbursement may not be allowed i� the equipment is moved to anofiher construction project for the City. CITY OF FORT WORTH Fort Worth Nahire Center & Refiige Boardwalk Phase II STANDARDCONSTRllCTION �PECIFICA7'ION AOCUMENTS CityProjectt�fo.102320 Revisian: 82�'�iZl oo�2ao-� CEN�.F2AL GONDITION S Page 58 af 63 15.02 City May Terminate far Cause A. The occurr�nce ofany ane ox zx�ore o�the following events by way of e�,mple, butnot of lur�ation, may justify �ermination for cause: 1. Contractor's persistant fa�ure to perform ihe Woxk in accordance wi�h the Cantract Docurnents (including, btrt nai limited to, failure to supply sufficient skilled workers or �uitabl� ma.terials ar equipz�.ent, failure ta adhere to the Project Schedule established under Paragraph 2.07 as adjusted froxn tirne to iime pursua:nt to Paragraph 6.0�, ar faii�are to adhere �o the City's Business Divexsity Eilterprise Ordinanca #20020-12-2Qllestabli.shed under Pa.ragraph 6.06.D}; 2. Contracior's d�sregard of L�ws or Regulations af any public body having jurisdictao�; 3. Contractar's repeated disregard of th� aufhority o� Ciky; ar 4. Contractor's violatian in any su�tantial way of any provisions of the Ccazrtract Documents; or 5. Contractor's failure to promptly make gaod any defect in ma:terfals ar wflrlcr�anship, or defects of any nature; the carrection of which ha.s been directed in wriiin� by the City; ar 6. Substantial 1riC�lC�.f7017. fihat the Contractor has made an unautharized assignment of the Gontract or any funds due fherefrorn for the benef� of any cr�ditar or for any ather purpose; or 7. Subs�antial evidence �a.t the Contractar l�.s became insolven# ar ban�upt, ar oth�rwi�e finaz�cia�y unable �o carry on ihe Work satis�actorily; ax 8. Contractor commences legal aetion ir� a court of competent jurisdictian agair�t the City. B. �f one ar more of the events id�nt�ied in Paxagraph 15.02A. occur, Gity will pro�ride written notice to Contaractor and �urety to arrange a conferez�ce with Cont�actor and Surety to address Contracfior'� failure ta perform the Wark Confere�ce shall be held not Iater tha.n 15 days, after receipt ofnotice. l. If t�ie City, the �anfracfior, and the Surety do not agree to al�w the Con�aractar to proceed ta perforrn the construuction Contract, the Gity may, to ihe e�tent p�:rmitked by Laws and Regulation5, declar� a Contractox de�ault and forn�aIly ternvnat� tlie Cantractor's right to complete the Contract Con�ractar default shall not be declared �arlier than 20 days after ihe Contractor and Surety have received �otice of conference to addr�ss Contractar's fa�.ure to perform the Wark. 2, If Contractor's serviees are tertninated, 5urety shall be obJigated to take over and gerform �he Work. I� Suxety does not commence performance thereof within 15 consacutive calendar da�s aft�r date of an additional written notice demanding Su�rety's performance of its CI'FY Or FORT WQRTH Fort Worth Nature Center & Refuge Boardwalk Phase Ii STANDARDC4N5TRlI�TIqN SP�CIFICATION DOCUMEAITS CityProjeetNo.102320 Revision: 8+?3/L0�] 007200-1 G�NERAL CONDITION 5 Page 59 of 63 ob�igations, then City, without process or action at law, ma.y take ov�r any poxtaon of the Work and complete it as descrbed belo�v. a. Z� City comp�etes the Work, Crty rna.y exclude Conl�a.cfor and �ur�iy frr�m the site and take pos,�ession o� the Work, and all materials and equipment incorporated into the Work stoxed at the Si�e or fox which City has paicl Contractor ar Surety but which are stored el�ewhere, and finish ihe Work as City may deem expedtent. 3. Whether City or Surei.y completes the Warl�, Contractar sl�all not be entitled to receive any fi�rther �ayment unt-� the Work is finished. If the unpaid balance of the Contract Price exceeds all clairns, costs, losses and damages sustained by City arising out of or resulti�n.g f'ram completing the Work, such excess will be paid to Contr�ctar. If such claims, costs, lasses and damages exceed such unpaid balance, Contractor shall �ay the difference to Crty. Such c�, costs, losses and damages incurred by City will be incorporated in a Change Order, prov�ded that when exercising any xights or remedi�s under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. ' 4. Neither City, nor any a� its respective consultants, agents, o�ficers, directors ar e�p�oyees shall be in any way iiable or accountable to Coniractox or Surety fax the method by which the conapletzon of fihe said Work, or any pairnon thexeof, may be accamp3ished or for the price paid therefor. 5. City, i�otwithstanding the method used in completing the Contract, ,shall not forfeit the right to recov�r darna.ges from Contractor or Surety for Contractor's failure to tunely complete the ent.�re Contract. Cantractor shall not be entitled to any claim on account of the method used by City in comp�eting tihe Contract. 6. Maintenance of the Work shall continua to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contxact Documents or any special guarantees provided for under the Contract Doctimen#s or any other obligations atherwise prescribed by law. C. Notwithstancl�g Paragraph� 15.02.B, Contractor's sez�vices wi� not be termmated it' Contractor begins within seven days o£ xeceipfi a� �otzce o£ intent ta terminaie ta eorrect i�s failure to perfnrm and proceeds diligentiy ta cure such fa�lure with� no a�oare i�Zan 30 days o£ �recei�pt of said �otice. D. Where Contractor's services have been so terminat�:d by City, tha termination will not affect any xights or rernedies of Ci�ty against Contractor th�n existing or which may t1��reaftex accrue. Any xetention or payment of moneys due Contractar by City will not release Gontractar fram Iiability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedlues of that bond shall not supersede the provisions af this Article. CITY OF FORT WORTH Fo�t Warth Nature Center & Refuge $oardwalk Pl�ase II S'I'AI�lbA�iT7CONSTRI]CTION SPECIPICATION DOCUMEi�f'I'S City ProjectA€o, 102320 I2evisian: 87.3IZD21 oa�zoo-i G�fVERAL CON�ITION 5 Page 6D of 63 15.03 City May Te�minate For Co�enience A. City may, without cause and wz�hout �rejuciaice ta any ather right or remedy of City, ternlinate the Conf.ract. Any terminatian shall be effectedbyrna.iling a�zatice of the termination to the Contractor speeifying the e�en� to which p�rformance of Wark undex the contraci is term�nated, and the date upon which such termination becames e�fec�ive. Receipt of the notice s�all he deemed conclusi�vely prest�med and establi�had when tY�e letter is placed m fik�e Uxauted Sta.tes Postal �ervice Mail by the City. Further, it shall be deemed conclus�vely presumed and established �hat such termination is nnade with just cause as therein stated; and nn proof in a.ny claim, dez�nand or suit shall be requYred of tk�e City regardin� snch ciiscretionary action. B. After receipt of a na�ice af terrnu�atzan, and except as otherwise directed by �lie City, the Contractor shall: �. Stop work under the Contract on the date and to th� e�tent specified 'm fihe notice of termination; 2, �la.ce no furth�r orders or subcont�acts for materials, ser�ices or faciliiies except as may be necessary for comple�ion af such portion of the VJork under the Gontract as is nat terminated; 3. tezanir�ate all orders and subcontracts to the e�tent that they relate to the performance of fhe Work terrninatec� hy notice of termination; 4. transfer title to the C�.y and deliver in tlie manner, at the tim�s, and to the extent, if any, directed by the City; a. the fabricated or unfabricated parts, Wark iu pxogress, completed Work, supplies and other �naterial produced as a part of, or acquired in cannection with the perf�rmance of, the Wark terminated by the notic� of the terminaiion; and b. the completed, or partially completed plans, drawings, information and a�laex pxoperty w�iich, i� the Con#racfi had been cornpleted, would have been required ta be furnisbed t� the City. S. complete performance of such Work as shall not have been ter�nnin�ated by the notice of tez-�ai��a�ion; and 6. take such acti�on as ma.y be necessary, or as the City rnay dir�ct, for the protee�on and �reservation of the property related to its contract which is in the poss�ssion of the Contractor and in which the owz�ex has ar may aequire the rest. C. At a time not later than 30 days after the termination date specified in the notice of iermination, the Co�tractor may subrnit to the Ciry a list, c�rtified as to quantity and quality, of any or all rtems of termination inventory no� previously disposed af, exclusive of itezns the disposition of which ha.s been darected or authorized by City. CITY OF FORT WORTH Fort Worth Nature C�nter & itefuge Boardwalk Phase II STANDAI2DCONSTRUCTION SPEC[F[CATIpN DqCiTMENTS Ciry Project No. 1Q2320 12evis�on: $23/Zp21 0072DO-1 CENERAL CONI] ITI O N 5 Page 61 of 63 D. No� ]ater than 15 days thereaftex, the City shall accept tit�e to such items providecl, that the list submitted shaIl be subject to verificataon by �ie City upan re�no�al of the items ar, if the items are stored, within 45 days from the date of submissian of the list, and any necessary adjustmen#s to correct the list as sub�uittec3, s1�a11 be made prior to final s�ttlernent. E. Not la.ter than 60 days after the notice of termination, the Contractar sha]� submit his ternvnation claim to the City in �he form and with the certification prescribed by tlie City. Unless an e�#ension � made in writing within sueh 60 day period by the Cvntractor, and g�ranted by tJie Cily, any and all such claims shall l�e conclusively deemed waived. F. In such case, Contractor shall be paid for (wi�thout dup�ication of any i#err�): 1. completed and acceptable Work executed in accordance with the CQntract Documents priar ta the.effecfiive dafie of tezxniraatior�, including fair and reasonable sums for overhead and pxofrt on such Wo:rk; 2, e�ens�s sustained prior to the effe�tive date of termination �. perfoarming ser�ices and fi�nishing labor, rnateria]s, or equipment as required by the Conixact Documents in connection with uncompl�ted Work, plus fair and reasona.ble sums for ovexhead and profit on such expenses; and 3. reasonable expenses directly attributable to term�aation. G. In the event of the failure o� the Contracfar a.nd City to agree upon the r�hol� amoi�nt to be paid to the Contractar b� reasan of the termination af the Work, the City shall determine, an the basis of informa�ion ava�able to it, the amount, if any, du� tQ the Confiractor by reasonof the terminatia� and sha�l pay to the Co�ractor the amaunts detertnin�d. Contractor shall not be paid on accojant of lass of antic�ipated profits �r revenue ur oiher econornic loss arising out of or resulting from such tex�minatian. ARTICLE 16 — DI�PUTE RESOLUTION i6.01 Nfeihods and �rocedures A. Either Cit� or Contractax a�a.y xequest med�ation of any Contract C3aim submitted for a dec�sion under Paragraph 10.06 before such decision becomes final and binding. T`he request for mediation shall be submitted to the other party tio the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. Cxty and Contractor sl�all participate in the rnediation process in good faith. The process sha.11 be commenced within 60 days of filing of the request. C. If the Contract C]aim is not �esolved by media.iion, City's actio� under Paragraph 10.06.0 or a depial pursua.nt to Paragraphs 10.06.C.3 or 10.06.D shall become f�nal and bind'mg 30 days after termination of the mediati�n unless, withiri that time period, City oz Coz�fixactar: CITY OF FORT WORTH Fort Worth Nature Center & itefuge Bpardwalk Pfiase TT S'1"ANDAI2.I�GONSTRUCTIQTf SPECIF[CATION DOCUMENTS CityPrvjectNo.142320 Revision: 823f1�1 oo7zoo-i GENERAL CONA lTION S Page 62 of 63 l, eXects in w�rzi�ng to mv'oke any other dispute resolution process provided fox in the �uppl�mentar� Canditzons; ox 2. agrees �ith the other party to submit �e Contract Claim to anotller dispute rasolution process; ar 3. gives written notice ta th� o�ier pariy of the inten� fa �ubmit the Contract Claim to a court af competent j�.risdaction. ARTICLE 1'i — MISCELLANEQUS 17.Q1 GivingNotice A. Whenever any provisian o� the Contract Documents requires the giving af written noiice, it wiIl be deemed to have been val'zdly given if: 1. delrvered in person to th� indi�vidua.l or to a zneznber of the firm ar io an officer of tha corporation for who�n it is intended; or 2. d�livere�. at or sent by registered or certified rnail, postag� prepaid, ta the last business address known to the giver a�the no�ice. B. Business address changes must bE promptly ma.de in wiriiang to the other party. C. Whenever the Cantract Docu�nents specifies giving notice by electronzc meazzs such electrnnic notice shall be deemed su:Fficient upon confirmation of receipt by th� receiving party. 17.02 Cafnputation of Tifnes When any periad of tirz�e i� referred to in the Cantraci Docu�nents by days, it will be cornputed to exclude fhe firs� and include the last day of such pariod. If th� ]ast day af any such period falls on a Saturday or �u�day or on a day made a 1ega1 holiday the next Working Dap shall beconrae the last day of th� period. 1'7.03 Ca�nz�rlative Remedies The du�ies and obligatio�.s imposed by these General Canditions and the rights and re�edies available h�reurider ta the parties hexeto are in addii�ion to, and are not to be construed in any �vay as a lirrutation of, any rights and xemedies avail�ble ta any ar all of thern which are othe�e imposed or available by Laws ar Regulatians, by special warranty ar guarantee, or by other pravisic�ns of tk�e Contract Documents. The pra�isians of this Paragraph will be as effective as if repeated specifically iu� fihe Cantract Documents in eannection with each particular duty, obligation, right, and remedy fio wiiich they appl�. CITY OF FORT VVORTI-I Fort Worth �lature Center & Refuge Boardwalk Phase ll S'f'AND.�IRDCONSTRUCTION SPLC[FICATION DOCUM��'T5 City ProjectNo. J0232p Rev'rsiqn: fin3/�021 oa�aoo-i GENERAL CON�ITION 5 Page 63 of.63 17.04 Survival of 4bligQtions All representatiians, indemnifications, warrar�ties, and g�rantees made in, required by, or gi�en in accord�ance with the Contract Docurriants, as well as all continuing obligations indicated in fihe Cor�traet Docum�nts, will surUive final payment, compl�tion, and acceptance of the Work or termii�a�ion or completion of th� Cantract or terrnination of th� s�rvices of Contractor. 17.05 Headirag� Article and paxagraph headings are mserted �ax convenience only and do not constitut� parks of these General Conditions. CITY OF FORT WORTH Fort Worth Nature Center & ReFuge Boardwalk Phase II STANDARDCOHSTRUCTION SPECIFICATI4N DOCUMEIVTS City ProjectNa. 102320 Revisian: 81Z3I1(121 OQ 73 00 SUPPLEMENTARY CONi)ITIONS Page 1 af 6 �ECTYON aa �� oa SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Coqd3tions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions ofthe Contract Documents as indicated beIow. All provisions oiflie Gen�ral Conditions that are inodified or supplemented re�nain in full force and ef%ct as so modified ar supplamented. All pravzsians ofthe General Conditions which are not so modified ar suppleinented rerr�ain in �uli farce and eF�ect. De�ned Terms The terms used in these Supplementary Conditions which are defined in tha General Conditions have the meaning assigned to them in #he General Conditions, unless specificalIy noted herein. Modi�caiians and Supplements Tl�e following are instructians tYiat modi£y or supplement speci�ic paiagraphs in the General Conditions and other Contract Documents. SC-3.03B.�, "Resolving Discrepaneies" Plans govein a�er 5pecifications. SC-4.OlA Easement limii� shown on the Drawing are appro�mate and w�re provided to establish a basis for hidding. Upon receiving the final easements dcscriptions, Contractnr shall oompare them to the liunes shawn on the Contract Drawings. SC-4.O1A.1., `sAvailability of Lands" The following is a list of known outstanding right-of-way, and/or easernen#s to be acquired, if any as of Mazeh 9, 2020: O�tstauding Raigh#-Of-Way, and/or Easements to Be Acguired PARCEL OWNER TARGET DATE lV[.JMSER OF POSSESSION None T`he Contractor understands and agrees that the dates listed above �e estimatas only, are not guaranteed, and do not bind the City, If Contractor considars Yhe fin$1 easements provided to differ materially from the representations on the Cont�•act Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing assaoiated with the differing easement line locations. SC-4.OlA.�, "Ava�lability of Lands" C17'Y OF htORT WqRTH Fort Wortlt Nature Center & Refuge Boardwalk Phase IT STANDARD CONSTRUCTION SPECIFICATIQN DOCUMENTS City ProjectNo, 1Q2320 Revised Mareh 9, 2020 00 �s o0 SUPPLEMENTARY CQNl71TIONS Page 2 nf 6 Utilities or obstructinns to be remo�ed, adjusted, and/or relocate�l The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of March 9, 2b20. EXP�CTED UTILiTY AND LOCATION OWNER None TARGET DATE OF A.DNSTMENT The Contractor understands and agrees that the dates listed a6ove are estimates only, are nat guaranteed, and do not bind the City_ SC-4.O�A., "Subsurface and Physieal Conditions" The following are reports of explorations and tests of suhsurfaee eonditio.ns at the site of the Work: A GeoteehnicaI Report No. DE21-212, dated Apri� 7, 2022, prepared Alliance G�ot�chnical Group, Tnc. a sub-consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing additional infortnation on �ubsurface s❑i1 c�nditions and paving and subgrade reco�runenda#ions. Th� fallowing are drawings of physical canditions in or relaiing to existing surface and subsurface slructures (except Undergraund Facilities) which are at or contiguous to the site of the Work: None SC-4.�6A., "Hazardous En�ironmental Conditions at Site" The following are rep.or�s and drawings of existing hazardous environrnental condatavns known to the Gity: Nane SC-5.03A., "Ccrtificates of Insurance" The entiiies listed below are "additional insureds as their i�nterest tnay app�ar" including their respective of�cers, directars, agents and employees. (1) City (2} Consultant: Kimley-Hc�rn and Associatas, Inc. (3} Oft�er: None �C-5.04A., "Contiractor's Insuranee" The limits of liability for #he insurance required 6y Paragraph GC-5.04 shall provide the %llowizag coverages for not less than ihe following amounts or greater where required hy laws and regulations: 5.04A. Workers' Comp.ensation, iincier Paragraph GC-5.04A. Statutoty limits Emplayer's liability $1 D0, 000 each accident/oecurrer�ce $I DD, 000 Disease - each employee $'S00, 000 Disease - policy limit SC-5.04B., "Contractor's Insuranee" CITY OF FORT WORTH Fort Worth Nature Cenfer & Refuge Baardwalk Phase I1 STANDARD CONSTRi7CTIOM SPECIFICATION DOGUNIENTS Ciiy Projact No. 102320 R��ised Ivlarch 9, 2020 00 �3 on SUPPLEMENTARY CONbiTIONS Page 3 of 6 5.04B. Commercial General Liability, tuider Pai�graph GC-5.048. Contraetor's Liability Insl.u-ance under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with rziinimum limits of $1,000,00� each occurr�nc� $2, 000, 000 aggregcate lim it The policy must have an endorsem�nt (Amendment — Aggregate Limits of Insurance} malcing tha General Aggregate Limits apply separaiely to each job site. The Commercial G�neral Liability Tnsurance policies shall provide "X", "C", and "U" co�verage's. Verifioation oisuch caverage must be shown in tlie Remarks Article ofthe Certificate o€Insurance. SC S.O�tC., "Contr�ctor's Insurance" �.04C. Autoinobile Liabiliiy, under Paragraph GC-5.04C. Contr�tctor's Liability Insurance under Paragraph GC-S.O�C., which shall be in an ainount not less than the following amounts: (1) Autouio6ile Liabilify - a commercial business policy shall pra�ide coverage on "Anx Auto", defined as autos owned, hired and non-ownad. $1, 000, 000 each accident on a combined single limit basis. Split limits are accepiable if limits are at least: $250, 000 Bo�dily Injury per persan / $SQO, 000 Bodily Inj�ry peY accident / $1 Q0, aao Property Danaage SC-5.44D., "Cantractor°s Insurance" The Contr$ctor's construction acti�ities will require its employe�s, agents, subcontractars, equipment, and material deliveries to cross railroad properties and tracks None 'Fha Contractor shall conduct its operations on railroad properties in such a manner as nat to interfere with, i�inder, ar obstruct the railraad company in any manner whatsoever in the use or operation of itsltheir trains or ather property. 5uch operations on ra.ilroad gt�operties may require that Contractor to execute a"Right of Entry Agreement" with the particular raiIroad coinpany or cou�panies involved, and to this end the Contractor should safiisfy itself as ta the rec�uire�nents of each railroad company and t�e prepared to execute the right-of-entry (if any) requued by a raih•oad company. The requirements speciiied herein likewise ralate io the Contractar's use of private and/or construction access roads crossing said railroad company's properties. The Cantractual Liability coverage r�quiz-ed by Paragraph 5.44D af the General Canditions sha21 provide coverage for not less than the follnwing amaunts, issued by companies satisfactory to fhe City and to the Railroad Company for a term that continues for so long as the Conlractar's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: _ Required for this Contract $Canfinn Limi�s with Railraad. $Confinn Limits vvith Railroad X Not required for this Contract With respect to the above ouilined insurance requirements, the following shall govern: CITY OF F4RT WORTH Fort Worth Nature Center & Refuge Bvard�ualk Phase II �TAIVDARD CDNSTRUCTION 5PECIFICATIQN T]OCUMLNTS City ProjecYNo. 102320 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CO[dDITIONS Page 4 of b 1. Where a single rai3road company is involved, the Contractor shail provide one ir�surance poliay in the nanne of the railroad connpany. However, if more than one grade separation or at-grade crossing is affected by the P!roject at entirely sepat-ate lacations on the Iine or lines of the same raiiroad company, separate coverage may be requsreci, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where se�veral railraad companies are involved and operated on their own separafie rights-af way, the Contractor may he required ta pravide separate insurance policies in the name of �ach railrnad company. 3. I% in addition ta a grade separation or an at-grade crossing, other work ar activity is proposed on a railroad company's right-of-way at a location entire3y separate fram the grade separation or at- grade crossing, insurance cpverage fnr this work must be incI�ded in the policy covering the grade separation. 4. If no grade separation is ir►volved but other work is proposed on a railroad company's right-of- way, a11 such other work may be covered in a single policy for that railroad, e�ven though f,he work may be attwo or more sepaz�ake locations. No wark or activities on a railroad campany's property to be performed by the Contractor sliall be com.m.enced until the Gontractor has furnished the City with an original policy or policies of the insurance for each railroad company nazned, as r�quired aho�e. All such insurance must be approved by the City and each affected Railroad Company prior to the Gontractor's beginning work. The insurance specified abave must be carried until all Work to be pex�fozmed on the ra'tlroad right-of way has been completed and the grade crossing, if any, is no langer used by the Cantractar. in addition, insurance �nust be carried duiing all maintenance an.d/or repair work perforn�ed in the railroad right-of-way, Such iaisurance must nam� tiie railroad coinpany as the insured, together wifih any tenant ar lessee a�the railroad company aperating over tracks invalved inthe Project. SC-6.04., "Project.�claedule" Project schedule shall be tier 3 for ti�e project. SC-6.U'i., "Wage Rates" The following is the pxevailing wage rata table{s) applicable to this praject and is provided in the Appendixes: , City of Fort �arth 2013 Pre�ailin.g Wage Rates for H�avy and Highway Gon�tructian Prp�ects A copy of the table is also a�ailable by accessing the City's website at: https:l/anps.fortworthtexas.govlPrai ectResanrces/ You can access the file by follawing #he directory path: 02-Construction Documents/SpecificatianslDiv00 --- [ieneral Conditions SG6,09., "Permi#s and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The fallowuag are lcnown permits andlar Iicenses required by the Contract tv be acquired by the Contractor: None SG6.09S. "City a�tained permits and Licenses" The £ollowiung are kr�own permits and/ar licenses required by the Cantract to be acquired by fhe City: None CITY OP FORT WQRTH Fort Wor�h Naiure Center & Refuge Bpardwalk Phase �I STAA]DARb CpNSTRiJCTTON SPECIFICATION DOCUMENTS Ciry ProjectNo. 102320 Revised March 9, 2020 on �3 00 SLTPPLEHQEIVTARY CONDITIONS Page 5 ofb $C-6.09C. "Outsta�ading permits and licenses" '�he following is a list of known outstanding permits andlor licenses to be acquired, if any as af March 9, 2022: Dutstandin$ Permits and/or Licenses ta Be Acquired OWNEA PERNIIT OR LICENSE AND LOCATION 'FARGET DATE OF POSS�SSION None SC-6.245., "Titic VT, Civil Rights Act of 146� as a�nended" Duxing the perfonnance of this Conirae�, ttae Contracior, far itsel� its assignees and successors in in�srest (hereinaiier referred to as the "Contractor"} agrees as foIlaws: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscri�nination in Federally-assisted programs of the Department af Tzansportation {hereinafter, "DOT") Title 49, Code of Federal Regulatians, Part 21, as they may be amended from tune to time, (hereinafier referred to as the Ragulations}, which a.�t; herein incozporated by reference and made a part af this contract. 2. Nondsscrimination: The Contraetor, with regard to the work perforined by it during the coniract, shall not discriminate on the gxounds of race, colar, or natianal origin, in the selection and retention of subcontractors, includang procur�ments ofmaterials and leases of equipment. The Contractor shall not parficipate �ither directly or indirectly in the discrunination prohibited by 49 C�'R, section 21.5 a�the Regulations, including er�►ployment practices when the contract covers a progra�n set forth in Appendix B ofthe Regulaii�ns. 3. Solicitafions for Subcontractors, Inclading Pracurements oflVlaterials and Egu'rpment: In all solicitations either by competitive hidding or negotiataon znade by the contractor for work to be performed under a subcontract, inalu�ing pracuremen#s of materials or leases of equipment, each potentia] subcontaetar or snpplier shal� bc notified by the Gontractor of the Con�ractor's obligations under this contract and the Regulations rela�ive ta nondiscrimination on fihe grounds of race, color, ar natianal origin. 4. Information and Reports: The Contractor shall provide all information and i�eports required by the Regulations or directives issued pursuant thereto, and shaI1 permii ae�ess to its books, records, accounts, other sources af infoimation and its facilities as may be determined by City or the Texas Department of Transpor�ation to be pertinent to ascertain compliane� with such Regulations, orders and instructions. Where any informatian required of a contractor is in thc exclusive possession of another w�o fails or refuses to furnish this informai�on the contrac�or shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shali s�t farth whaf efforts it has made to obtain the information. 5. Sanctians for No.ncampliance: In the event of the Contractor's noncampliance with the nondiscrimination pravisions ofthis Co�act, City shall impose such contract sanetians as it or the Te�s Department aiTransportation may determine to be appropriate, including, but nat limited to: a, withIialding of payments to the Contractor under the Conh•act until tile Contractor complies, and/or b, cancellafion, termination or suspension of the Contract, in uvhale or in part. CITY OF FORT WORTH Tort Worth Nature Center & Refuge �3oardwalk Phase II STANDARD CONSTRUCTION SPEG7FICATION DOCUIv1L�NT5 City Praject No. ] 02320 Revised March 9, 2020 oa �3 00 SUPPLEMENTAAY CONDITLOt�S Page 6 afb 6. Incorporat�on of Provisioqs: The Contractor shall include the provisions af paragraphs (1) through (6} in e�ery subcontract, including procurements oF inaterials and Ieases of equipment, unless exempt by th� Regulatians, or directivas issued pursuant thereto, The Contractor shall take such action with respect to any subcontract ar procureinent as City or the Taxas Department of Transportation may dir�ct as a means oi enforcing such provisions including sanctions far non-compliance: Pravided, hawever, that, in the event a contractor bacomes invalve,�i in, or is tlu eatened vvith, litigation with a subcantractar ar supplier as a resuli of such direction, the coniractor may request City to enter into such ]itigation ta proteci the inierests of City, and, in addition, fhe contractor may request the United States to enter into such li�iga�ion io protect tlie interests of the United States. AddiYional Title VI i�equirements can be found in the Appendix. SC-7.0�., "Coordination" The individuals or eniities lisied belaw have contracts with ihe City for the perfarmance of other work at the S�te: Vendor 5eo e af Work Coardination Anthnrit Nane SC-8.01, "Communications to Cantractor" None SC-9.01., "City's Project Manager" The City's Project Manager far this Coniract is Tonda Rice, or hislher successar pursuant to written notification fram the D�reetor of Park and Recreation Depariment. SG13.43C., "Tests and Inspections" None SC-16.01C.1, "Methods ancf Procedures" None END OF S`ECTION Revision Lag DATE NAME SUMMARY OF CHANGE 91221201fi F. Grififin 5C-9.01., "City's Project Representati�e" wording changed to City's Project Manager. 3/9/2020 D.V. Magafia SC-fi.07, Updated iF�e link such that fiEes can be accessed �ia the City's wek�site. CIT� OF FORT WaRTH Fort Wo�th Nature Ccnter & i2efuge Boardwalk Yhase IT STf�[DARD COAf STRUCTION SPECIFICATION DOCUMENT5 CiYy Aroject No. 102320 Revised March 9, 2020 D11100-1 SUIv1lvfAitY OF WORIC Page 1 of 3 1 2 3 PART1- GENERAL SECTION 01 11 00 SY.JMMARY OF W�RK 4 1.1 SUIVIMARY 5 A. Section Includes: 6 1. Sutnrnary of Work ta 6e per%rmed in accordance with the Con#ract Documents 7 B. Deviations from this City of Fort Worth Standard Sp�cification 8 1. None. 9 C. ReIated Specification Sections include, but are not necessarily limited to: 10 1. Division �- Bidding Requirements, Contract �'orms, and Canditions of the Contract 11 2. Division 1- General Requiretn�n�ts 12 1.2 PR�CE AND PAYMENT PROCEDUI2ES 13 A. Measurement and Payment 14 1. Work associatexi with this Item is co�sidered subsidiary to t1�e vaxiat�s i#ems bid. IS No separate payment will be allowed For this Ttem. 16 L3 R.EFERENCES [NOT USED] 17 ] .4 ADMINISTR.ATI�E REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Wark Covered by Cantract Documents 1. Work is ta include furnishing all labar, materials, and equip�ent, and performiug alZ Work necessary for this construction praject as detailed in tlie Dravvings and Specifications. B. $ubsidiary Work 1. Any and all Work specifically governed by documentary raquirements fax the project, such as canditions irnposed by the Drawings or Contraet Doeuments in which no specific item for bid has been provided far in tha Proposal and the item is not a typical unit bid item included on the standard bid itern list, then the item shall be oonsidered as a subsidiary item of Work, �he cost of which shall be included in the prioe bid in the Froposal for various bid items. C. Use of Prex3nisas 1. Coordinate uses of premises under direction of tha City. 2. Assume full reapansibility for protection and safekeeping of mat�rials and equipment stored on the Site. 3. Use and occnpy only portions of tl�e public streets and alleys, or other publi� places or other rights-of way as provided for in the ordinances af the Ciiy, as shown in the Cnntract Documents, ar as may be specifically authorized in writing by the City. a. A reasonable arnount of tools, materials, and aquipm�nt fnr eonstt-uction purpos�s may be stored in such space, but no more than is necessary to avoid delay in �e construction operations. CITY dF FORT WORTH Fflrt Wottla Naiure Center & Refuge Boardwalk Phase II STAI�1DAli1� CQN3TRUCTION SPECIFICATIONDOCiIMENTS City ProjectNo, 102320 Re�ised December 20, 2012 oiiioo-2 SiJMMARY OF W�RK Page 2 af 3 1 b. Excavated and wasie materials shall b� stor�d in such a way as not to interfere 2 with the use of spacas that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accardance with railroad requirements set %rth in 7 Division 0 as well as the raiiroad permit. D. Wark within Easements 9 1. Do not enter upon private property For any purpose without having previously 10 nhtaitted permission from the owner of such property. 11 2. Do not store equipment or material on private praperty unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Cantractor and a copy furnished tv the City. 14 3. L7nless specificaliy pra�ided otherwise, clear ail rights-oi way or easements of 15 obstructions which rnust be removed to make passibie proper �rosecution of the 16 Work as a part of tha project construction operat�ons. 17 1$ 19 20 21 22 23 24 25 26 27 zs 29 30 31 32 33 3�4 35 36 37 38 39 40 4I 4. Preserve and use every precaution ta prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of sfiruch�res dr improvement�, to all watex, sewer, and gas Iines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or privaie praperty adjacent to the Work. 5. Notiiy tha proper representatives of the owners or occupants of the publie o.r private lands of intsrest in lands which might be affected by fihe Work. a. Such notice shall ba 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 eorporation, company, individual, or other, either a� owners or oecupants, whose land flr interest in land might be afFected by the Work. c. Be responsible for all dam.age or �njury to praperty af a�y character resulting from any act, omission, neglect, or misconduct in the manner ar method or execution af the Work, or at any time due to defective vvark, material, or equipment. 6. Fence a. Restore all fenc�s encount�red and re�noved during constrUction of the Praject to the original or a better than ariginal condition. b. Erect temparary fencing in glace of the f�ncing removed whenever the Work is not � progress and when the site is vacated overnigk�t, and/ox at all times to provide site security. a The cast for all %nce work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid ifem is specificaIly pravided in the proposal. GITY OF FaRT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase II STAND�IRD CONS'FRUCTION SP�CIPICATiON DpGiJtvIENTS Cify Praject Na. ]02320 Revised Daeember 20, 2012 011100-3 ST3MMARY OF WORK Page 3 of 3 1 1.5 SUBNIITTALS [NOT USED] 2 l.b ,c�CT�ON SITBNIITTAL�/INFORMATIONAL SUBNIITTAL5 [NOT USED] 3 1.'� CLQSEOiTT S.UBNIITTALS [NOT USED] 4 1.8 MA,INTENANCE MATERIAL SUSNIITTALS [NOT USED] 5 1.9 QUALITY ASSUR.ANCE [NOT i7SED] b 1.10 DELIVERY, STORAGE, AND FiANDLING [N�T USED] 7 111 FIELD [SITE] CONDITYONS [NOT USED] 8 1.I2 WARRANTY [NOT USED] 9 PART � - PRODUCTS [NUT USED] 10 PART 3 - �XECUT�ON [NOT USED] 11 12 END OF SECTION Re�isian I,og DATE NAME SUNIIv1ARY OF CHANGE 13 CITY OF FORT WORTH Fart Wax�h Nature Center & Refi�ge Soardwalk Phase II STANDARD CQNSTRUGTIOTQ SPE�IFICATION DOC[TMEN'T5 City Projeet No. 142320 Aevised becember 20, 2U 12 UI2500-1 SUBSTITUTIQIV PIZOGEbURES Page 10�4 1 2 3 PART1- GENERAL 4 1,1 SUMMARY 5 6 7 8 9 10 11 12 13 I4 l5 A. Section Includes: SECTION 0125 00 SLTBSTITUTION PROCEDURES 1. The procedur� for r�questing ihe approval of substit��tion af a praduct ihat is not equivalent to a product which is specified by descriptive or perFormance criteria or defined by reference to 1 or mor� of fhe follnwin.g: a. Name of manufacturer b. Name of vendar e. Trade name d. Catalog numher 2. Subsiitutions are not "or-equals". B. Deviations fram this City of Fort Worth Standard Speciiica�ion 1. None. 16 C. R�lat�d Specifica�ion Sections include, but are nat necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms anc� Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PR.�CE AND PAYMENT PR�CEDiIRES 20 21 2� A. Measurement and Payznent 1. Work associated with this Ttem is considered subsidiary to the variaus items bid. No separate payment wi11 be allowed far this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADNiIl�iISTRATIVE REQUll2EME1KTS 25 26 27 28 29 3D 31 32 33 34 35 36 37 3$ 39 40 A. Request for Substitution - Gen�ral 1. Wifhin 3Q days after award of Contract {vnless noted otherrrrise), the City will consider farmal requests from Contractor far substitution of products in place af thnse speci�ied. 2. Cerfazn types af equipment and tcinds of material are described in Specifications by means of references to narnes of manufacturers and vendars, trade names, or eatalog numbers. a. When this method of specifying is used, it is not intended to exclude fram consid.eration ot�er products bearing other marYufacturer's or vendar's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by Gity. 3. Other types af equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable du� to strilc�, discontinued production of prad�ets me�ting spacified requireznants, or other factors beyond contral of Contractor; or, C1TY OF FORT WpKTH Fort Wartit Nature Canter & Refuge Saardwalk Phase II STANDAItD CONSTRUCTION.SPECIFICATION DOCUMENTS Gity PrajectNo. 1Q2320 Revised July 1, 2011 012500-2 3USSTITUTION PROCEDURE3 Page 2 of 4 b, Contractor proposes a cost andlor time reduction incentive to fhe City. 2 1.5 �ITSNIITTALS � 4 � 6 7 8 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 3S 36 37 38 39 40 41 42 43 44 45 46 A. See Request �ar Substitution Farm {attached) B. Pracedure fox Requasting Substi�ution 1. Substitution shall be considered anly: a. Afier award of Contract b. Under the canditions stated hexein 2. Submi� 3 capies o�'each writien request far substitution, including: a. Documentatian 1) Complete data substantiating compliance of propos�d substitutian with Contr'act Dacuments 2) Data relating to changes in cons�rnction schedule, when a reduction is proposed 3) Dat� relating to changas in cost b. For products 1) Product ideniificatiion a) Mariufacturer's name b) Telephone nunnber and rapresentative contact name c) Specification Section ar Drawing refarence of originally specified product, including discrete narne or tag number assigned to orzginal product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of propased product with Coz�tzact Docurnen#s 3) It�mized camparison of original and proposed praduet adcl�essing proc�uct characteristzcs includang, but not necessarily limited to: a) Size b) Composition ar znatarials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location nf past projects utilizing product b) Name and telephone number of persans associated with referenced prajects knowledgeable concerning proposed product c) Available field data and reparts associated with proposed product 5) Samples a) Pravide,at request of Ciiy. b) Samples become the property of the City. c. �or consiruction methods: 1) Detailed description ofpropased method 2) I1lustratioii drawings C. Approval or Rejection 1. Written approval or rejectian of substitu�ion given by t�he City 2. City reserves the right to require proposed product to comply with color and pattern of specifisd product if necessary to secure design intant, 3. In the event the substitution is approved, the resulting cost and/or time reduction wi]I be documented by Change Order in accordance with the General Conditians. CITY OF PORT VJORTH Fort Worth Nature Center & Refuge Boardwalk PF�ase TI S'FANDARD CON9TRUCTION SPECIFICATION DOGiTMENTS City Projact No. 102320 Ret�ised July ]., 2011 al2soa-3 SUBS'TITiJTION PR4CEDURES Page 3 af 4 1 2 3 4 5 6 7 8 4, No additional contract time will be given far subst�tution. S. Substitution will be rejected if: a. Subznitta� is not thrQugh the Contraetor with his stamp of approval b. Request is not made in accordance with this Specification S�etion �. In the City°s apinion, acceptance will require substantial revisia� of the original design d. In the City's apinion, substitution r�ill not perform adequately the func�ion consistent with the design intent 9 1.6 ACTION SUBNIITTAL�/INFORMATIONAL SUBNIITTALS [NOT USED] 10 1.7 CLOSEOiTT SUBNIITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMTTTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 14 15 15 17 18 19 20 zl 22 23 24 25 z6 A. In making request for substitutian ar in using an approved prroduct, the Con�ractor represents that the Contractor: 1. Has investigated proposed product, and has daterminad that it is ad�quate or superior in a11 respects to tlaat specifzed, and t�at it will perform function far which it is intended 2. Will provide same guarantee for subs�itute iternn as �or product specified 3. Will coordinate instalIation of accepted substitution inta Work, to include buildin� modifications if necessary, malcing such changes as may be required for Work to be co�nplete in all respects 4. Waives all claims for additional casts related to substitution which subsequ�ntly arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1,11 FIELD [SITE] CONDiTIONS [NOT iTSED} 1.1� WARRANTY [NOT USED] 27 PART � - PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CI�AlVGE 31 CITY QF FDRT WORTi-I Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARD CONSTRL1CT10N SPBCIFICATION DOCUMEAITS CiEy Project Na. 102320 Rev�sed 3uly l, 2011 oizsoa-a SUBS'1TTLITION PROCEDURES Page 4 of4 1 2 3 � 5 b 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 EXHIBIT A REQUEST FOR SUBSTTI'UTION FORM: PR0IECT: DATB: We hereb� submit for your cansid�ration fihe following praduct instead of the speci�ed itena for �e a6ove project: SECTION P�GRAPH SPECIFIED ITEM Proposed Substitution: Reasan %r Substitution: Include camplete infarmation on changes to Drawirigs and/or Specifications wlaich proposed suhstitution will requir� for its proper instal]ation. Fill in Blanks Below: A. Will the undersign�d con�ractor pay for ehanges to the building desig,�, including engine�rin� and detailing co��s caused by the xequested substitution7 B. What effect does substitution have on o�her trades? C_ Differences bet�vean proposed substitu�ion and specified item7 D. Differences in praduct cast ax product delivary time? E. Manu�acturer's guarantees of the praposed and specified items are: Equal Better (explain on attachment) The undersigned stai�s that the function, agpearanee and quality are eguivalent or superior ta the specified item. Subznitted By; For Use by City Signature as noted Recommended _ Reco�znended Firm Addrass Date Telephane Not recommended Ree�ived �ate By � Date Remarks For Use by City: Approved City Date Rejected CITY OF F�RT WORTH STANDARD C4N3"I'Rl7eTI0I�I SPECIPICATION DOCUMENTS Revised July 1, 2011 Fort Worth Nature Center & Refuge Boardwalk Phase Ii Ciry Project No. 1U2320 O1 31 19 - L PRECQNSTRUCTION MEETINCr Page 1 of3 1 2 3 PART1- GENERAL 4 11 SUMIIZARRY �ECTION 0131 19 PRECONSTRUCTION MEETII�TG 5 A. Section Includes: b 1. Provisions for the preconstruction meating to be held prior to the start af Woric to 7 clarify construction contraat administration procedures 8 B. Deviations from this City of Fort Worth S#andard Specificatian 9 1. None. 10 C. Related Speciiication Sections include, brzt are nnt necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Farms and Canditians of the Contract 12 2. Division 1— General Requirements _ 13 1.2 PR.ICE ANn PAYMENT PROCEDiJRES 14 A. M�asurement and Payment 1S 1. Work associate.d with this Item is considered subsidiary to the various items bid. I6 No separate payYnent will be allowed far this Item. 17 1.3 REFERENCES [NOT IISED] 18 1.4 ADMIlVI5TRATIVE 12EQUIIZEMENTS 19 A. Coordination 20 1.. Attend preconsttuctiott meeting. 21 2. Repr�sentatives of Contractor, subcontractars and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the en#ity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a, I�recorded, tapes will be used to prepare minutes and cetai�ned by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstructian meeting will be held within 14 days af�er th� execution of th.e 28 Agreement and before Work is started. 29 a. `ihe meeting wil! he scheduled and administered by the City. 30 2. The Project Representative will preside at the mee�ing, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Praject R�pres�ntative 35 b. Contractar's project manager 36 c. Cantractor's superintendent 37 d. Any subcontractax or supplier representatives whom the Cantractor may desire 3 S to invite ar tlie City may request CTTY OF F012T WORTH Fort Worth Naiure Canter & Refuge Boardwalk Phase II STANDARD CO]+1S1RiTCTION SPECIFICATION DQCUMENTS Caty Project No. 1p232p Revised August 17, 2U12 �i 31 19 -2 PRECpNSTRUCTIpN iVIEETII�IG Page 2 of 3 1 2 3 4 5 s 7 8 9 1Q 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives i Others as appropriate. 4, Construction Sch�dule a. Prepa�•e baseline construction schedule in accordane� with Seciian O1 32 16 and provide at 1'reconsn•uction Meeting. b. City will notify Contractor af any schedule changes upon Notice oF Preconstruction Meeting. 5, Preliminary A�endamay include: a. Introduation �f Project Personnel b. General Description of �roject c, Status af right-of-way, utility clearances, easements or oth�r pertinent permiis d. Contractor's wark plan and scUedule e. Contract Time � Natice to Proceed g. Construction Staking h. Progress Payments i. Extra Wor� and Change Order Procedures j. �ieId Orc3ers k. Disposal Site Letter %r Waste Matarial 1. Ir�surance Rea�ewals rn. Pa�roll Certification n. Material Certifications and Quaiity Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. LegaI Holidays s. Trench 5afety Plans t. Con�ned Space Entry Standards u. Caordination with the Ci�ky's repres�ntative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Cantractars x. Early Warning System y. Contractor E�aluatian z. Special Canditions applicable ta the project aa. Damages Claims bb. SubmittaI Procedures cc. �uhstitution Procedures dd. Correspandence Routing ee. Record Drawings ff. Temporary canstruction facilities gg. M/WBE or MBEISBE procedures hh. Final Ac�eptance ii. Final Payment �j. Questions or Comments CITY pF FORT WQRTIi Fort Worth Nature Genter & Reiuge Boardwalk Phase II STAItIDARD CONSTRUCT'I�N SPECIFICATTdN DOCUN3E3�]T5 City Project No, 1p2320 Revised p.ugust 17, 2012 O1 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 t � a 1 1.� SUBMITTALS [NUT USED] 2 1.6 ACTION SUENIITTALS/INFORMATIONAL SUBIVIITTALS [NOT USED] 3 1.9 CLOSE�IIT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 5 1.9 QiTALITY ASSURANCE [NOT USED) 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 Lll FIELD [sTTE] CONDITIONS [NOT USED] 8 11� WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NQT USED] 10 PART 3- EXECUTIQN [NOT USED] 11 I2 13 END OF SECTION Reviszon Log DATE NAME SiJMMARY OF CHANGE CITY C3F FDRT WqRTH Fort �orth Nature Center & Refuge Boardwalk Phase II STANDARB CONSTRUCTION 5T'ECiFICATION DOCUMENTS City Pro,ject No. ]02320 Revised August 17, 2Al2 o�aizo-� YRDJEC'I' IvffiETiNG5 !'age 1 oF3 1 2 3 PART l - GENERAI, SECTION 0�. 31 �0 PROJECT MEETINGS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Proeisions for praject zneetings thrau�haut th� nanstructinn periad to enable orderly 7 review of the progress oFfihe 'VVork and to provide for systematic diseussion of 8 potential problems 9 10 11 12 I3 I4 1.� B. Deviations this City of Fort Wo��h Standard Specification 1. None. C. Related Specification Sections include, but are noi necessarily limited to: 1. Division 0--- Bidding Requirements, Contract Forms and Conditions ofthe Contract 2. Division 1— General Requirements PRICE �ND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associateci with this Item is considered subsidiary to the variaus items bid. 17 No s�para�e payment will be allowed for this Item. 18 1.3 R.EFERENCES [NOT IISED] 19 1.4 ADMIlVISTRATIVE REQiJIlt�MENTS 20 A:. Coardination 21 T. Schedule, a.ttend and administer as speci�ed, periodic progress rr�eetings, and 22 specially ca�l�d meetings tlu�oughout progress of the Work. 23 2, Representatives of Contractor, subcazztz�actox•s and suppliers attending meatings 24 shall be quatified and autharized to act on behalf af the antity each represents. 25 3. Meetings adminisiered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minut�s and retained by City far 27 f�ature reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor, 30 B. Pre-Construction Neighbarhood Meeting 31 1. Af�er the executian of fihe Agreement, but befare constructian is allowed to begin, 32 ai#end 1 Public Meeting wzth aff'ected re�idents to: 33 a. Present projected schedule, including consiructian start date 34 b. Answer any canstructio�a related questians 35 2. Meeting Location 3b a. Loca�ion of ineeting to be determined by the City. 37 3. Attendees 38 a. Contractor C1TY OF FQRT WORTH Fort Warth Nature Center & Refuge Boardwalic Phase II STANT}ARD CONSTRLTCTSON SPECIFICATIQN laOCUMENTS City Pro;jeeY No. 102320 Revised July 1, 2011 ois�zo-2 PROJ�CT MEETINGS Page 2 of3 l 2 3 4 5 6 7 8 9 10 11 12 ]3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 34 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b. Pxoject Representative c. Other City representa.tiv�s 4. Meeting Schedule a. In general, the neighhorhood meeting will occur within the 2 weeks following the pre-construction con%rence. b. In no case will construction be allowed to begin until this meeting is held. C. Pragress Meetings 1. Formal project coordination meei�ngs will be held periadically. Meetings will be schedulad and administered by Project Representative. 2. Additional progress meetings to discnss specific topics will be condueted an an as- needed basis. Such addiiional mestings shall anclude, but not b� �imited ta: a. Coord'uaating shutdowns. b. Installa�ion of piping and equipment c. Coordination between nther construction projects d. Resolution of constructioii issues e. Equipment approval 3. The Project Repr�sentative will preside at progress a�aaeetings, prepare #he notes of the meeting and distribute copies af the same to all participants who so request by fully coinpleting the attendance form ta be circuiated at the beginning of each meeting. 4. Attendance shall inc�ude: a. Contracto�s projeet manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Cantractor may desire to invita or the City may reque�t d. Engineer's representatives e. City's reptesentatives £ Others, as requested by the Praject Representative 5. Preliminary Agenda may inciude: a. Review of Work peogress sinca previous meeting 6. Field obs�rvations, problems, conflicis a rtems which impec3e construction schedule d. Revievv of off-site fabrication, dalivery schedules e. Review of canstxuction interfaciag and sequenci�g requireraents with other construction contracts £ Corrective measures and procedure� to regain projected schedule g. Revisions to construction schedule � h. Frogress, schedule, during succeeding Work period i. Coord'znation of schedules j. Review submittal schedules k. Maintenance of quality standards i. Pending changes and substitutians m. lZeview proposed changes for: 1) E�'fect on construc�ian schedule and on caznpletion date 2) Effect on o#her contracts of the Project n. Review Record Dacuments o. RevieEv monthly pay r�quest p, Review status of Reyuests f�r Information GI'I'Y OF FQRT'4VORTH Fort Warth I�leture CenYer & Refuge Boardwalk P1�asa 11 STAt�DARB CONS'i'RUCTI�N SPECICICATI�N DOCUMENTS Ciry Froject Na. 102320 Revised .Tuly 1, 2Q11 oiaizo-3 PR07ECT MEETINGS Page 3 of 3 1 6. Meetin� Schedule 2 a. Progress meefiings �ill be held periodically as determincd by fihe Project 3 Repres entative. 4 1) Additional rneetings may he held at the requesti of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. IVleeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings wi.lI be held at tha Site. 11 1.5 SUBNIITTALS [NOT USED] 12 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SiTBNIITTALS [NOT USED] 14 1.S MAINT�NANCE MATERIAL SUBNIITTALS [NOT USED] 15 16 17 18 I.9 QUALITY ASSURANCE [NOT USED] I.10 DELIVERY, STORAGE, ANII HANDLING [NOT USED] 1.1I FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARR�NTY jN�T USED] 14 PART 2- PRODUCTS [NQT USED] 24 PART 3 - �XECUTION [NOT USED] 21 �� ENn oF sECTzoN Ite�ision �.o:g DATE NA.ME SU1I�IMARY OF CHANGE 23 CITY OP FpRT WORTH Fort Warth Nature Center & Refuge Boardwalk Plxase II 3TATTI�ARD CON5TRl1CTTpN SPECIFICATEQN DOCUMENT3 Cii}r ProjectNo. 102320 Revised 7uly 1, 2011 013216-1 COt�ISTRU�TIOAI PIiOCrRE55 SCHEI?ULE Page 1 of 10 2 �C� �\:�I lf �!3 �l►1 �1:7\ 11 SECTTON 013� 16 CONSTRUCTION �'ROGRESS SCHEDULE 4 1.1 Sti MIVIAItY 5 A. Section Includes: 6 7 8 9 IO 11 1. Gieneral requirements iar the preparation, suhmittaI, updating, siatus reporting and manageznent of the Construction Parogiress Selaedule 2. Specific requirements are presented in the City ofFort Worth Schedule Guidance Document B. De�viations frotn tihis City of Fort Worth Sfandard Specificaiion 1 _ None. 12 C. Related Speci�cation Sections include, but are not z�ecessarily linnited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Re�uirements IS 16 17 18 I9 20 21 22 z� 24 25 26 27 28 29 30 D. Purpose The City of Fort Worth (City) is committed to delivering qualiry, cost-effeotive infrastructure to its citizens in a timely manner. A key toal ta achieve this puxpose is a properly structured schedule with acc�rate updates. This supports effective monitoring of progress and is input to crirical decision making by the proj ect manager throughout the lift of the projec#. Data from the updated project schedule is utilized in statu� repflrting to various levels of the City organizatinn and the citizenry. This Document complements tl�e City's S#andard Agreement to guide the cor�struction contractar {Contractor} in preparing and submitti�g acceptable schedules %r use by t�e City in project delivery. The expectation is the performance of the wark follows the accapted schedule and adhere to the cnntractual timeline. The Contractor will designate a qualifie�l representative (Project Scheduler) responsible for deve�oping and �pdating the schedule and preparing status reporting as required by the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Wark associated with this It�m is cansidered suhsidiary to tihe various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1..3 REFERENCES 38 A. Project Sc$adules GTTY OF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARD CONSTRi1C1TDN SPECIFICATIONDOCUNEEN'P3 City ProjectNo. I0232U Itevised August 13, 2D2I 01321b-2 CDNSTRUCTION PROCrRESu� SCHEDL]LE Page 2 aF 10 1 Each project is represen�ed by Ciiry's master project schedule that encompasses the 2 entire scope o�activitzes envisioned by th� City to properly deliver the �rrork, When the 3 City contracts with a Contraetor ta perform constructzan. of th� Work, the Contractor 4 will develop a,nd maintain a scl�edul� far their scope o�worl� in aii�nment with the 5 City's standard schec�ule requirements as de.fined herein. The data and inf'ormation af 6 �ach such schedule will be leveraged and becorne in�egral in the rnastar praject 7 schedule as deemed appropriate by the City's Projeet Control Specialist and approved 8 b� th� City's Project Manager. 10 1. Master Froject Schedule 11 The master praj ect schedule is a holistic representation of the scheduled activities 12 and milestanes for the total project and b� Critical Path Method (CPM) based. The 13 CiTy's Project Manager is accountable for oversight af the development and 14 maintaining a master pz•oject schedule for each projeet. When the City contracts for 15 the design artd/or construction of the profect, the master project schedule wiIl 16 incorporate ele�nents of the Design and Construction schedules as deemed 17 appropriate by the City's Pro�eet Cantrol Specialist. The assigned City Project 18 Control Specialist creates and maintains the mastar project schedule in P6 (City's 19 scheduling sofiware). 20 21 22 23 24 25 26 27 2$ 24 30 3I 32 33 34 35 36 37 38 39 40 4I 42 2. Construction Schedule The Cantractor is responsible for developing and maintaining a schedule far the scope of the Contractor's contractual requirements. The Contractor will issue an initial scheduie for review and acceptance by the City's Projeet Con:trol Specialist and th$ Ciiy's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, aecurate updates of their schedule (Progress ScheduIe) ta ihe City at th� end of each month throughout �e life of their work. B. Schedule Tiers The City has a parffolio of projects that vary widely in size, complexity and content requiring different scheduling to e�'fectively deliver each project. Tha City uses a "iiered" approach to align the proper schedule with the criteria for each project. The City's Projact Manager deterzni.nes tt�e appropriate sclledule ti�r far each project, and includes tha# designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". J. Tier 1: SmaIl Size and Sl�ort Duration Project {design not required} The City develops and �naintains a Master Projeci Sch�dul� %r the project. No schedvle submittal is required frnm Contractor. City's Project Control 5pecialist acquires any necessary schedule status data or informatian througl� discussions with the respective party an an as-ileeded basis. 2. Tier 2: Small Size and Short to Medium Duration Praject 43 The City develops and rnaintains a Master Project Schedule far t�ie project. The 44 Contractor identi�es `°start" a.nd "finish" milastone dates an key eIements of their 45 wo.rk as agreed with the City's Project Manager at the kickoff a£theiar work effort. �6 The Cantractor issues to the City, updates to �he "start" and "ftnish" dates for such 47 mitestones at the end of each month throughont the life of their work an the project. 48 44 3. Tier 3: Medium a.nd Large Size and/or Complex Prajects Regardless of Duration C1TY O�' PORT WORTH Port Worth Nature Center & Refuge Boardwa][c Phase IT STANDARD CONSTRUCTTON SPEGIFICATION DOCj.1M�NTS Ciiy Praject No, 102320 Revised August 13, 202 ] 01321b-3 CONSTRUCTfON PRQGRE85 SCHEDULE Page 3 of i0 6 7 9 10 11 12 13 I4 15 4. The City develops and maintains a Master Froject Schedule for the praject. The Contractor develops a Baseline Schedule and mair�tains the schedule a�ttk�eir r�spective scope of work on the project at a level of detail (generally Leve13) and in alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. The Contractor issues to tha City, updates of their respective schedule {Progress Schedule} at the end of each month throughout the life of their wark on the proj�ct. C. Schedule Types Praject delivery £or the City utilizes two types of schedules as noted below. 'I�e City develops and maintains a Master Project Schedule as a"baseline" schednle and iss�ze monthly updates to the City �roject Mauager (end of each month) as a"progress" schedule, The Contractor prepares and subrrfits each sehedule type to fulfill tl�eir con�ractual requiraments. 1. Baseline Schedule 16 The Contractor dar�elops and submits to the City, an initial schedule for their scope 17 of wark in alignm�ent with this specificaiion. Once reviewed and accepted by the l8 City, it bec�mes the `Baseline" schedule and is the basis against which all pragress 19 is measurreci. The baseline schedule rvill be �pdated when there is a change or 20 addition to the scope of work impacting the duration of the work, aud only after 21 receipt of a duly autlzorized ci�az�ge order issued hy ihe City, Tn the event progress 22 is significantly behind schedule, #he Ciiy's Project Manager may authorize an 23 update to the baseline schedule to facilitate a more practical evaluafion of progress. 24 At� exaznple o� a Basaline �chedule is provi.ded in Specification Ol 32 16.1 25 C�nstruction Praject Schedule Baseline Example. 26 27 �. Progress Schedule 28 Tl1e Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which ir�cludes any impact fram authorized changes 30 in the rvork. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Pragress Sch�dule". The City's 32 Pra,�ect Manager �nd Prvject Control Specialist reviews and accepts each progress 33 sehedule, In the event a progress scheciule is deemed not aceeptable, the 34 unacrsptable issues are idantified by the Ci�y �vifhin 5 worki�g days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Sch�dul� is 37 provided in Specification 01 32 16.2 Construction Praject Schedule Prvgress 38 Example. 39 D, City Standard Scheciule R�quirements 44 The following is an overview oithe methadology for de�eloping and maintaining a 4l schedule for delivery of a project. CITY OF FORT WORTH Fort Worih Nalure Center & Refuge Boardwalk Phase II STANDARD CONSTRUCT[ON SAECIFICAT[ON DOC[7IvIENTS Ciry Project3do. 1�2320 Revised August 13, 2021 01321b-4 CONSTRUCTION PROG1�55 SCHEbUL� Page 4 of 10 I 1. Schedule Framework - The schedule wilI be based an the defined scape of wark 2 and follow the (Critical Path Methodology} CPM method. The Contractor's 3 schedule will align with the requirements of this speczfication and will be cost 4 loaded to reflect their plan far executian. Compliance with cast Ioading can be 5 provided with fraditional cnst loading of l�ne itenns OR a projected cost per 6 month for the project when the iaitial sched�le is submitted, updated on a 7 quarterly b�sis i� si�nifican� change is anticipated. �verall scliedule duration 8 will align with the contractual requirements far the respective scope of work and be 9 retlected in City's Master Pro�ect Scheduie. The Projeet Number and Name of the 10 Project is required on each schedule and rr►ust match fi.�ie City's project datia. 11 12 E. Schedule File Name 13 All schedules submitted to the City for a project wiIl have a file name that begins with 1�} the City's project �tumber followed by the name of the proje�t follovv�d by baseline (if 1 S a basaline schedule) or the yeur and mo�th (if a progreas schedule), as shown belo�v. 16 17 • Baseline �chedule File Nar�xaa 18 Fozmat: City Project Number Praject Name Baseline 19 Example: 101376 North Montgomery Street �TMAC Baseline za — � 21 • Progress Schedule File Narne 22 For�at: City Project Number Project Nann� YYYY-1VIM 23 Example: 101376 North Montgomery Street I�AC 201$_O 1 24 25 � Project Scl�edule Progress Narrative Fi1e Name 26 �'ormat: City Praject Number Project Name PN YYYY-MM 27 Example; 101376 North Mo�t�omery Sireet IIMAC PN_201 S_01 28 — — 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 F. �chedul0 Templates The Contraetor will utiliz� the relevant sections from the City's templates provided in the City's document management system as tlie basis for creating their respective project schedule. Specifically, the Contr�ctor's schedule will align with the layout of the Construction section. The templates are identif ed by iype of praject as noted below. • Arterials Q Aviatian � Neighbarhoad St7reets � Sidewalks (later} � Quiet Zones (later) • Street Lights. (later) � Intersection Impro�ements (later) � Parks • Storm v�rat�r • Street Maintenance � Traffic � Water 48 G. Schedule Calendar CI7'Y OP PORT WORTH Fart Wortli Nature Center & Refi�ge Boardwalk Phase II STAN�ARD CONSTRUCTIOIV SPECIFICATION DOCUNEEN7'S City ProjectNa. 1p2320 Revised August 13, 2021 O1 32 16 - 5 CONSTRUCTIQIV PRpGRES5 SCHEpiJL� Page 5 of IO 1 T�ie Ciiy's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts far the City's eight standard holidays (New Years, Martzn 3 Luther King, Memorial, Ind�pen.dence, Labor, Thanksgiving, day after Thanksgiving, 4 Christmas}. The Contractor w i11 estabiish a schedule calendar as part of the sc�edule 5 development process and pravide to �he Project Control Specialist as part of the basis 6 for t�:eir schedule. Variations between the City's oalendar and the Contractor's 7 calendar rnust be resolved prior to the City's acceptazace aftheir Baseline p�oject 8 schedule. 9 10 11 12 13 14 15 16 I7 18 H. WBS & Milestone Standards for �chedule Development The scope of work to be accomplished by the Contractor is represented in the sc�edUle in the form oi a Work Breakdovvn Struct�re (WBS). T'he WBS is the basis for the development of the schedule activities and sl�all be imbedded and depicted in Yl�e schedule. The fallowing is a summary of the standards to be follor�ed in preparing and maintaining a schedule for project delive:ry. 19 1. Contractar is required to utiliz� the City's WBS structure and respective 20 projact type template for "Canst7uction" as sho�vn in Section I.4.H be�ow.. 2l Additional activities rnay be added to Levels 1- 4 to accornmodate the needs 22 of the organizatian e�ec�ting the wark. Specifically the Contractor will add 23 activities under WBS ��.8Q.83 "Ccanstruc�ion Executivn" that 24 delineates the ac#ivities assaciated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Stanciaxd Milestanes as shavtrn in 27 Seciion 1.4.I below. Cnntracinr will include adciitioaxal milestones 28 representing intermediate deliverables as required to accurately reflect their 29 3a 31 32 33 34 35 3b 37 38 39 �FO 41 42 43 44 45 46 47 48 scope of work. I. Schedul� Actiivities Activities are the discrete eIernents of work tl�at make up the schedule. They rwi11 be organized under th� urnbrella of the WBS. Activity descriptions shouid adequately desaribe the activity, and in some cases the e�ent of the activity, All acti�ities are logicaily tied with a predecessor and a successor. The only exception to this rule is for "pro�ect start" and "project �nish" milestones. The activity duration is has.ed an �e physieal amount ofwor�C to he performed far the stated activity, with a maximum duration of 20 working days OR a continuaus activity in one location. If the work far any one ac�ir�ity �xceeds 20 days, b:rea� that activity down incrernentally to achieve this duxation constraint. Any exception to this requires review and acceptance by the City's Project Control �pecialist. J. Change Orders When a Change Order is issued by the Ciiy, the impact is incorparated inio tlie previously accepted baseline schedule as an update, to clearly show impaet to the praject �meiine. The Contractor submits this updateti baseline schedule to �lie City for CiTY OF FaRT WORTH Fort Worth Nafnre Center & Refuge Boardwalk Phase II STANI7ARD CaNSTRUCTION SFECIFICA'I`ION DDCiIMEN'I'S City Project No. 102320 Revised August 13, 2ff21 �13216-6 CONSTRUCTION PROGRESS SCH�bCJI,H Page 6 of 10 1 2 3 4 5 6 7 8 4 10 I1 I2 I3 I4 IS I6 I7 IS 19 20 21 22 23 24 25 26 27 zs 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 revie�v and aoceptance as described in Section LS below. Updated baseline schedules adhere to the follor�+ing: 1. Time extensions associated with approved contract modifications are limited to the actual amount aftime the project aetivities are anticipated to be delayed, unless atherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractar within ten warkdays after the date of reeeipt of th� approved Change Order. 3. The changes in logic ar durations approved by the City ara used to analyze the impact of the change and is inoluded in the Change Order. The coding for a new activity(s) added to the schedule for th.e Change Ordar includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Ordar. Revisions to the baseline schedule are not efFective until accepted by the City. K, City's Work Breakdown Structure WBS Code WBS Name XXXX7�Z Pra,jcct Name I�X.3Q Design XXXXXX,30.10 Design Cantracior Agreement XX��X.30.20 Conceptnal Design (30%) XXXX�X.3U.30 Praliminary Design (60%) X��XX�.30.40 Final Design XXXXXX.30.50 En�iromnental XXXXXX.30.60 Permits xXX��XX.30.60.10 Permits - Identification XXXXXX.30.ba.20 Permits - Review/App:rave XXXXXX.40 R�W & Easements XXXXXX.40.10 ROW I�T�gotiatians XXXXXX.4U.20 Condemnation XXXXZ�.�O Utility ReIocation XXXXXX.70.10 Utility Relocation Co-ardination XXXXXX.84 Con�truci�an X��XXXX.80.$1 Bid andAward X��XXXX.80.83 Constr�ction Execu4ion XXXX��X.80.85 Inspection XXXX��X,80.86 Landscaping XXXXXX.90 Clos�out X��XXX.90.I0 Construction Contract Close-out ��XXXX��.90.40 Design Contract Closure L. City. 's Sta.ndard Milestanes The folIowiiig rnilestone activities (i.e., important events on a project that mark critzeal points in time} are af pat�icuiax intErest ta th� City and must be reflected in the project schedule for aIl phases of work. CITY OF FORT WqRTH Fort Worth iVature Center & Refuge $oardwalk Phase II STANDARD C�NSTRUCTION SPECIFICATION DOCUME�ITS CiYy Froject Mo. L02320 Itevised August 13, 2021 p13216-7 CONSTRUCTIOi�f PROGRESS SCHEDULE Page 7 of 10 1 Ac�ivitv ID Activitv Name 2 Design 3 302.0 Awat'd Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer S 3100 Design Kick-off Meeting 6 312Q Submit Conceptua! Plax�s to Utilities, ROW, Traific, Parks, Storm Water, 7 Water & Sewer S 3I 50 Peer Review MeetinglDesign Review meeting {technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 �3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications ta Utilitiss, R�W, Traffic, 12 �'ar�s, Sto�na Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Camplete 1S 3310 Submit Final Design to Utilities, RQW, Traffic, Parks, StQrm Wat�r, 16 Water & Se�ver 17 333p Conduct Design Public Meeting #3 {if reyuired) 18 3360 Final Design Compjete 19 . ROW & Easements 20 �0�0 Righ� of Way Start 21 423U Right oi Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Staert Advertisement 28 8150 Conduct �id Opening 29 8240 Award Consiruction Contract 30 Constr�ction Execntion 31 833Q Conduct Canstruction Public Meeting #4 Fre-Construction 32 8350 Canstruction Start 33 $370 Substantial Completion 34 $54D Canstruction Co�npletion 35 9I30 Notice of CompletionlGreen S�eet 36 9150 Conslruction Contract Closed 37 942U Design Coniract CIosed 38 39 1.4 SUSNIITTALS 40 41 42 43 44 45 46 47 A. Schedule Submittal & Review The City's Project Manager is responsible %r reviews and acceptance of the Cantractor's schedula. The Czty's Projec# Control Specialist is responsible fox ensuring aligntn.ent af the Cantractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The Ciiy re�iews a�d accep#s or rejects the schedule within ten workdays of Cantractor's suhmittal. CI'TY OF FORT WORTH Fort Warth Nature Center & Re£uge �oardwalk Phase II STANDARD CONSTRLTCTIaN SP�GIFICATION DOCU�IENT3 Ciry Praject No. 102320 Ravised AugUst I3, 2621 oi3zi�-s C�NSTIZUCTION PROGRE55 SCHEDL7LE Page 8 of 10 2 3 4 6 7 8 9 ia lI 12 13 14 15 16 1. Schedule Format 'I'he Cont,ractor will submit each schedule in two electronic forzns, one in native �ile format (.xer, .xml, .mpx} and the second in a pdf %rmat, in the City's document management system in tha location dedicated for this purrpose and identifi�d by fihe �roject Manag�r. In the event the Contractor do.es not use Primavera Pb ar MS Project for scheduling purposes, the schedule infar3mation cn.ust be submitted in .xls or .xlsx format in compliance with the sa.mple layout (See Speci�cation Ol 32 16.J Construction Project Schedule Baseline E�ample), including activity predecessars, s�ccessars and total float. 2. Initial & Baseline Schedule The Contract�r w ill develop their schedule for their scope of work and submit their iniiial schedule in electronic form (in the file formats noted above), in the City's docuznent ma�nagamant syst�m in the lacation dedicated for this purpose at letrst S workrng days prior to Pre Construction Meeting. 17 Tl�e City's Project Manager and Project Cantrol Specialist review this initial 18 scl�edule to determine alignm�nt with the City's Master Froject Schedule, including 14 format & WBS structure. Following tha City's revi�w, feed�ack is provided to the 20 Contractor for their use in finalizing thair initial schedule and issui�n� (wifhin five 21 workdays) their Baseline Schedule for �nal ravievv and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor w ill update and issue their project schedule (Pragress Schedule} by 25 the last day of eaeh znonth throughout the life of their work on the project. The 26 Progress 5chedule is submitted in electronic form as noted abo�e, in the City's 27 document managemenf sysfem in the location dedicated for this purpose. 2.8 29 34 3I 32 33 3�4 35 36 37 The City's Projeci Control tieam reviews each Progress S�hedule for data and infoamation that support the assessment of the update to Y1�e schedule. In the event data or inforrnation is missing or incomplete, the Praject Controls Specialis� communicates directly with the Contractor's sehedular for providing same. Tiie Contractor re-submits fihe correc#ed Progress �chedule within 5�vorkdays, follawing the submzttal p�ocess noted abnve, The City's Praject Mat�ager and Project Control Specialist raview the Contractor's progress schedute for accep�ance arid to manitor perfoa�raaance and progress. 38 The foIlowing list of itezns are raquired to ensure proper status information is 34 contained in the Progress Schedule. 40 • Basaline Start date 41 • Baseline Finish Date 42 • % Complete 43 � Float 44 � Activity Logie (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 so CITY OF FOAT WDRTH Port Worth Nature CanYer & Refi�ge Bpardwal[c Phase TI STANDf3RD CONSTRUCTION SPECIFICATTON bqCLJ11iIENTS City Pro�ect No. ] 02320 Revised August 13, 2021 p13216-9 CONSTRUCTION PAOGRESS SCHEDULE Page 9 oF 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 B. Manthly Construction Status Report The C.ont��actar submits a writ�en status repoz� {referred ta as a progress narrative) at the monthly progress meeting (if monthly meetings are held) or at the end of each month to accompany the Progress Schedule submiital, using th.e standard farmat provided in Specificanon Ol 32 16.3 Constructian Project Sclledule Pragress Narrative. The content af the Const�uction I'roject Sehedule Progress Narrative should be concise at�d complete to include only change.s, c3elays, and anticipated problems. C. Submittal Process • Schedules and MontIiIy Construc�ion Status Reports are submitted in in th� City's document ma�agement system in the location dedicated for fhis putpose. • Once the project has been eampleted and �inal Acceptance has been issued by the City, no further progress schedules or construction status reports a re required from the Contractor. i6 �..� ACT�ON Si7BMiTTAL�IINFORMATIONAL SUBMITTAL5 [NOT USED] 17 1.6 CLOSEOUT SiTRNIITTA.LS [NOT USED] 18 1.9 MAINTENANCE MATERiAL SiTBNIITTALS [NOT USED] I9 1.8 QUALITY ASSUR.ANCE 20 A. The person preparing and revising tlae construction Progress Schedule shall be 21 e�periencad in the preparation of schedules of similar cample�city. 22 23 24 25 B. Scheduie and supporting documents addressed irt this Specification shall be prepared, updated and revised to accurately reflect the per�armance of the eonstruction. C. Contractor is responsible for the quality of ail submittals in this section meeting the standard af car� for the con�truction indusiry far similar projects. 2G 1.9 DELIVERY, STORAGE, AND HA�NDLING [NOT USED] 27 110 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT US�D] 29 1.1� ATTACHMENTS 30 Spec O1 32 16.1 Cons�truction Project Schedule SaseIine Example 31 Spec O1 32 16.2 Construction Project Scheduie Progress Example 32 Spec 01 32 1G.3 Construction Project Schedule Pragrass Narrative 33 3� CITY O�' �+012T WOATH Fort Worth Nature Center & Rafuge Boardwalk Phase II STANDt1RD CONSTRUCTION 3PECIFICATION DOCl3MENT� City ProjectNo. 102320 Revised August 13, 2021 a� 32 is - Yo CflNSTRUCTION PROGRESS SCHEDULE Page 10 oi1D 2 PART 2- PRODUCTS 11VOT USED] 3 P.ART 3- EXECiTTION [NOT USED] 4 END OF SECT�ON Re�ision T�og DATE NAME S[JMNf�RY OF CHANGE 8/13/2021 Michael Qwen Revised to update specifiaation requirements and eliminate duplicate schedule specifications. CITSC OF FORT WORTH Fort Worth Nature Center & ReFuge Boardwallc Pl�ase II STANDAItD CONSTRUCTION 3PECIFICATION DOCiIMf;NTS CiCy Project Na. 1U232� Revised August 13, 2021 f 013233-! PRECQNST&UCTIbN VIDED Page 1 pf2 d 1 2 3 PART1- GENERAL 4 1.1 SLTMMARY SECTION �132 33 PRECONSTRUCTION VIDEO 5 A. Section Includ�s: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this CiTy of Fort Worth Standard Specification 9 1. None. 10 C. Related Specifica#ion Seetions include, but are not necessaril�+ limiteci ta: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of Che Contract 12 2. Division ]— General Requirements 13 1.� PRICE AND PAYlVIENT PROCEDURES 14 A. Measurement and Payment 15 1. Work ass�ciated wifih this Item is considered subsidiary to the various items bid. 16 No separate payment will be allawed far this Item. 17 1.3 REFERENCES [N�T USED] I8 l.�t ADMINISTRATIVE REQiTI1tEMENTS 19 A. Preconstruetion Video 20 1. Pxoduce a preconstruction video af the site/alignment, including all areas in the 21 vicinity of and fio be a-Ffec�ed by construction. 22 a. Provid� digital copy of video upon request by the City. 23 2. Retain a copy vf the precanstruction video until the end of the main#enanc� surety 24 period. Zs i.� sus�TT�,s �oT usEn� 26 1.6 ACTION SiTBNIITTALSIINFORMATIONAL SUBNIITTALS [NOT USED] 27 1.'i CLOSEDUT SUBNIITTALS [NOT USED] 28 l.8 MAiNTENANCE MATERiAI. SUBNIITTALS [NOT USEDj 29 30 31 32 1.9 QiTALITY ASSURANCE [NOT USED] 1.1U DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE� CONDiTYONS [NOT USEDj 1.1� WARRANTY [NOT USED] 33 PART � - PRODUCTS [NOT �C7SED� CITI' OF FORT WORTH Fort Worth Nature Center & Refuga Bnardwalk Ahase II STP.NFARD CflNSTRUCTION SP�CIPICATION DOC[JIVIENTS City Project No. 102320 Revised duly 1, 2011 01 32 33 - 2 I 7:� �[K�7 ► f.91 M:i IL�1 I ll (!] ���i ifS�Ii] Page 2 of2 PART 3 - EXECiTTION [NOT USED] END OF SECTION Revision Log DATE NAME SUNLMARY OF CHt�.NCTB CITY OF FQRT WORTH Fort Wortli Nature CenUer & Aefuge Hoardwalk Fhase II STANDARU CONSTRUCTION SPECIFICATION DOCiJMEI�3T5 City �rojectNo. 10232D Re�ised July 1., 2011 OI3300-1 SiIBNfITTALS Page 1 af 8 1 2 3 PART1- GENERAL 4 1.1 SUlVIMARY SECTION Q133 00 SUBNII'I"I'ALS S A. Section Includes: 5 1. General methods and requ�rements of submissians applicable to the following 7 War�C-related sulamittals: 8 a. Shop Drawings 4 b. Product Data (including Standard Product List submittals) 10 c, S:amples 11 d. Mock Ups 12 B. Deviations fro�n this City of �ort Worth Standard Specification 13 1. None. 14 15 16 I7 C. Related Specification Sectians incluc�e, but are not necessarily limited to: 1. Division 0— Bidding Requiremants, Co:ntrract Farcns and Condit�ons ofthe Contraet 2. Division 1— General Requirements 1.�. PRICE AND PAYMENT PROCED[7RES 18 A. Measureme�t and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT U�ED] 22 1.4 ADMINISTRATIVE REQUI[ZEMENTS 23 24 25 26 27 28 29 30 31 32 33 3�4 3S 36 37 38 39 40 A, Coordination 1. Notify tite City in writing, at the tnne of submittal, of any deviations in tI�e submiitals from the requiremen#� of the Contract Documents. 2. Coordinatian of 5ubmittal Times a. Prepare, prioritize and traalsmit each submittal sufficiently in advance of performing the related Wark or ather applicable activities, ar within the time specrfied in the individual Wgrk Sections, of the �pecif cations. b. Contractor zs responsible such that the installation will not be delayed by processing times inaluding, but not limited to: a} Disapproval and resubmittal (if required) b) Coordination �+ith other submittals c) Testing d) Purchasing e) �abricatian fl Delivery g) Similar sequenced activities c. Na� extension of time will be authorized because of the Contraetor's failure to transmit submittals suf�"iciently in advance of the Work. CITY OF FORT WQRT�-I Fort Worth Nature Center & Itefuge Boariiwalk Phase ll STANbATiD CONST12l�CT1ON Sl'ECIPICA'1'ION bOCi1MEN'I'S CiEy 1'rajeet No. 1 p2320 Revised becember 2fl,2012 O1 33 UO - 2 SLTBIvIITTALS Page 2 of 8 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 ZS 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 4S 46 d, Make submi#tals prozz�pt�y in accardanee with approved schedule, and in such sequ�nce as to cause no delay in the Work or in the work of any other aon�ractor. B. Submittal Numb�ring 1. When submitting sk�ap drawings ar sampl�s, utiliza a 9-charact�r submittal cross- r�ference id�ntification numbering system in the followin� manner: a, Use the first 6 digits ofthe applicable Specifieation Section Number. �. For the next 2 digits number �se numbers O 1-99 to sequentially number eaeh initial saparate itern or drawing su6mit�ed under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same dravving (z.e. A=2nd submission, B=3rd subinission, C=4th submission, ete,). A iypical snbmittal number would be as follows: 03 30 QQ-OS-B 1) 03 30 UO is th� �pecificatian Section for Concrete 2) 08 is the eighth initial subznittal un�ler this Speci�cation Section 3) B is the third submission (second resubmis�ion} ofthat particular shop drawing C. Contrac#or Certifcation l. Review shop drawings,. product daYa and samples, including those by subcontractors, prior to submission to determine and �eriiy �he following: a. Field measurements b. �'ield construotion eriteria c. Catalog numbers and similar data d. Con%rmance witli the Contract Daouments 2. �rovide each shap drawing, sample and product data suhmi�ted by the Contractor with a Certification �tatement affixed zncluding: a. The Cantiractor's Company name b. Signature af submittal reviewer a Certification Statement 1) `By this submittal, I h�raby represent that X have determined and verified field meas�rements, field construction criteria, materials, dimensions, catalog nurt�bers and similar data and I haue cheeked and coordinated each item with other applicable appro�ed shop drarvings." D. Submittal Farm� 1. Fold slaop dxawings larger than 81/s inches x 11 inches to 8%z inches x 11 inches. 2. Bind shop drawings and product data sheets togefiher. 3. Order a. Cover Sheet 1) DescriptianofPacket 2) Cantr�ctor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples ICalculations E. Submittal Cogtent 1. The date of submission and �h� dates of any previous submissions CITY OF PORT WaRTH Fort Wart13 I�lature Center & Ttefitge Boardwalk Phase II STANDARD CONS'I'ItUCTION SPECIPICATION DOCLTM�?VT5 Cily i'roject No. 102320 Itevised December 20, 2012 013300-3 SUBMITT.A.J.S Page 3 of S 1 2 3 4 5 b 7 8 9 2. The Project title and number 3. Contractor identificatian 4. The names of: a. Contractor h. SuppIier c. Manufacturer 5. Identi�cation ofthe product, with the Specification Sec#ion number, page and paragraph(s} 6. Field dimensions, clearly identified as such 10 7. ReIation to adjacent ar critical features of the Work or materia(s 11 S. Applicable standards, such as ASTM or Federal Specification n�ambers 12 9. Identification by Iughlighting of deviafions from Contract Docaments 13 10. Identificatian by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank spaca for Contractar and City sta�nps 15 16 17 18 19 za 21 22 23 24 25 26 z� 28 29 30 31 32 33 3� 3S 36 37 38 39 �40 41 42 43 44 45 4b F. Shop Drawings 1. As specified in individual Wark Sections includes, but is not necessarily limited to: a. Custorn-prepared data such as fabrication and erection/installation (tivorking) drawin.gs b. �cheduled information c. Setting diagrams d. Actual shopwork manufaciuring instructians e. Custom templates f Special wiring diagrarns g. Coordination cira�vings h. Individual system ar equipment inspectian and test reports including: 1) Perfarm�ance curves a�d certificatians i. As applicable ta the Work 2. Details a. R�lation of the various parts to tha main members and lines of the structure b. Where carrect fabrication of fihe Work depends upar� iield measurements 1) Pravide such measurements and not� on the drawings prior to submitting �or approval. G. Product Data 1. F'or submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for us� on the Project. 2. For subrmittals af praduc# data for praducts not included on the City's Standard Product List, submittal data �nay include, but is nof necessarily Iimited to: a. Standard prepar�d data for manufactured prociucts (somefiimes referred to as catalog data) 1) 5uch as the manufacturer's product speci€ication and installation instructions 2} Availability of colors and patterr�s 3) Manuiacturer's printed st�tements of compliances and applicability 4) Roughing-in ciiagrarr�s and tennplates S) Catalog cuts 6} Product photagraphs CiTY pF FORT WORTH Fort Worth Nature Center & Refuge $oardwalk Phase iI STANI]ARD CONSTRUCTIDN SPECIFICATION DDCUMENTS City Project No. 10232U Revised Deoember 20, 2012 oi a3 ao - 4 SUBMITTALS Yage 4 of 8 1 2 3 4 S � 7 8 9 to 11 12 13 14 15 16 17 ?} Standard wiring diagrams 8} Printed perfbrmance curves and operationa!-range diagrams 9} Production ar qnality control 'rnspeciion and test reports and ceY-tificat�ons 10) Mill rep�rts 11) Product aperating and maintez�ance instructions and recorninended 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 nec�ssarily lim.ited ta: a. Physical exazaaples of th� Wark such as: 1) Sections of manufacfured or fabricated Work 2} Small cuts or containers of materials 3} Complete �nits of repetiti�ely used prraducts color/texture/pattern swatches a�id range sets 4} Specimens for caordination of visual ef%et 5) Graphic symbols and units af Work to be used by the City for independent inspection and testing, as applicahle to ihe Work 18 L Do not start Work requiring a shop drauving, sample or product data nor any material to 19 6e fabricated or installed prior to the approval ar quali�ed approval of such it�m. 20 ]. Fabrication perfortned, materials purchased ar on-site construction accomplished 2l which daes not conform to appraved shop drawings and data is at Fhe Contractor's 22 rris�. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 45 47 2. The City will not ba Iiable for any e�panse nr delay due to corre�tions or remedies required to accomplish confarmi.ty. 3. Complete project Work, rnaterials, fabrication, and installations in con%rmance with approved shop drawings, applicable sarnples, and product data. .�. Submittal Distributian 1 2. Electronic Distribution a. Confirm de�velopm�nt oiProject directory for electronic s�bmittals to be uploaded to City's Buzzsaw site, or another external FTP site a�proved by the City, b. Shop Drawings 1} Upload submiit�l ta designated project directory and notify apprapriate City representatives via err�ail of submittal posting. 2} Hard Copies a} 3 copies far aIl suhmittals b} If Contractor requires mare than I hard copy o�Shop Drawings returned, Contractor shall submit more than the number of capies listed above. c. Praduct Data 1} Uplaad submittal ta designatad project directory and notify appropriate City repr�sentaiives via email of submi�tal pQsting. 2) Hard Copies a} 3 copies far all submittals d. SaYnples 1} Distributed to the Project Representative Hard Copy Distribution {if required in lieu of electranic distribution) CITY OF FO1ZT WdIZTH Fort Worih Nature Center & Refuge Boardwalk Phase II STANDARD COI*iSTRUC'f'ION SAECIFICATION DQCt.]TvI�NTS City ProjectNo. 102320 Revised Decem6er2D, 2U1�, 013300-5 SUBMITTALS Page 5 af 8 1 2 3 4 5 6 7 8 9 1p 11 12 13 14 15 16 17 I8 I9 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 7 34 3. 35 36 37 4. 38 39 40 41 42 43 44 45 46 47 48 S. a. b. c. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for al� other submitkals c} If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall snbmit rnore than the numbar of copies listed abave. Product Data 1} Distributed to ths City 2) Copies a) 4 capies Samp�es 1) Distributed to the Project Representafive �) Copies a) Submit the number stated in the respective Specification Sectians. 3. Distribut� reproductions of approved shop drawings and cvpies of approved product data and sampI�s, �+h�r� required, to the jab site file and elsewharre as directed by the City. a. Provide nurnber oi copies as directed by the City but not �xce�ding the number previausly speci�ed. K. Submittal Review 1. The review of shop drawings, data and samples will he for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Perm,itting any departure from the Cantract requirements b. Relieving the Contractor of responsibility for any errars, including details, dimensions, and materials c. Ap�roving daparft�res from details furnished by the City, e�cept as ofherwise provided herein The r�view and approval of shop drawings, samples or product data by the City does not relieve the Contraotor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks �f errar and amissian are assumed by the Contractor, and �e City will have no responsibility therefore. The Contractor remains respansible for details and accuracy, far caordinating the 1Nork with all other associated work and trades, for selecting fabricatian pracesses, for techniques of assembly and for performing Wo�k in a safe manner. If the shop drawings, data or samples as submitted describe variaiions and show a depa�-ture frc�m the Contract requirements which City finds to be in the inter�st of the City and to be so minor as nat to involve a change in Contrac# Price or time fpr performance, the City may return the reviewed drawings without noting an exception. S�bzx�ittals will be returned to the Contractar under 1 of the following codas: a. Code 1 1) "NO EXCEPTIONS T�KEN" is assigned when there are no notations or comments on fhe submittal. a) When returned under this code fihe Contractor may release the ec�uipment and/or materi�l for manufacture. b. Code 2 CITY OF FORT WORTH Fprt Warth Nature Cenler & Refugc Boardwalk Phase II SSANDARi] CONSTTtUCTION SPECIFiCAT10N DOCiIMENTS City ProjectNo. I0232U Revised December 20, 2012 013300-G SUBMITTALS Page 6 of 8 1} "EXCEPTI�NS NOTED". Thi� cod� is assigned when a confirmation of the notations and comments IS NOT reyuired by the Cant�aator. a} The Contractor may release the equipmer�t or material for manufachire; ho�wever, all notat�ons and Co�nmen�s must be incorporated into the �inal product. 10 11 12 13 1 �4 I5 16 17 18 14 20 2l 2� 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 4fl 41 42 43 44 45 a. Cade 3 1} "EXCEPTIONS NOTED/RESUBIVIIT". This cambination of codes is assigned wlzen notaiions and comments are extensive enough to require a resubmittal of the package, a) The Contractor may re1easa the eyuipment or material for manuf�cture; however, a11 notations and comrnents must he incorporated into the final product. b} This resubmittal is to addre,ss al] cominents, amissions and non-aonforming items that were noted, c} Resubmitta] is ta be received by the City within 15 Calendar Days of the date of the City's transmzttal requiring the resubznitial. d. Code � 1} °NOT APPROVED" is assigned when the submittal daes not meet til�e inten# of the Contract Documents. a) Tiae Contractor must resuhrnit the entire pacica�e revis�d to bring ihe submiital into conformance. b) It may ba necessary to resubmit using a di�ferent manufactur�r/vendar to meet tl�E Cantract Docuinents. 6. Resubmittals a. Handled in the sam.e manner as�rst submittals 1) Corrections other than requested by the City 2) Marked with revisian triangle o�• other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed �o more than twice at the City's exp�ense. 1) All subsequent reviews w.ill be performed at ti�nes convenient to the City and at the Contractar's expense, based on the City's or City Representative's then pr�vai.ling rates. 2) Provide Contractar rezznbux-seznent to the City wi�hin 30 Catandar Days for all such fees invoiced by the City, c. The y�e�d for more tltan 1 resubinission or any othar delay in obtaining City's review of submittals, will not entitla the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review su6mittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractar, and will be considered "Not �pproved" uniil resubmitCed. c. The City may at its option provide a list or mark the submittal c�irecting the Contractor to the areas that are incomplete. 46 S. If the Cantractor considers any correction indicated on the shop drawings ta 47 constitute a change to the Contract Doeuments, then wriften notice must be 48 provided tliereaf ta the City at Ieast 7 Calendar Days prior to release for 49 manufacture. CITY DF FORT WOR'I'H Fort WarthNature Cenier & Refu.ge Boardwalk Phase II STANDAItD CONSTiZiICTION SFECIFICATIQN DOCUMEN'I'S City Praject No. 102320 Ravised Dacemb�r 20, 2012 O1 33 Oa - 7 5UBMITFAL3 Page 7 of 8 1 9. Whe� the shop drawings have hean completed to the satisfactian Qf the City, the 2 Contractor zx�ay carry c�ut the consfiruction in accordance therewith and no furthar 3 changes t�erein except upon written instructions from the City. 4' 10. Each submittal, appr�priately eoded, will E�e retua•ned withan 3 U Calendar Days S following recaipt of submittal by the City, 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complefe units of the standard of acceptance for that type of V�ork to be 9 used on the Project. Remove at the completion of the Wc�rk or when directed. 10 M. Qualifications 11 1. If specifieally required in other Sections af these Specifications, subnn�it a�.E. 12 Certiiication for each item raquirad. 13 14 15 16 17 18 19 20 21 22 23 24 25 z6 27 28 29 N. Request for Info r�nation (RFI) 1. Contractor Request for additional informatian a. Clarification or interpretatian of the contract document� b. When the Contractar belie�es thexe is a conflict between Contract Doeuments c. When the Contractar believes there is a conflict bet�een tha Drawings and Specifications 1) Identify the canflict and request clarification 2_ Use the Request for Information (RFI) form provided hy the Ciiry. 3. Numbering of RFI a. PreFix with "RFI" followed by seri�s number, "-�", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Suf�icient information shall be attached to permit a written response witlaout further infoncnatioz�. 5. The City will log each request and wi�1 review �he request. a. If review vf tha proj�ct information request indicates that a change ta the Cantract Docume�ts is required, the City will issue a Field Order or Change Order, as appropriate. 30 1.5 SUBNIITTALS [NOT USED] 31 1.6 ACTION �UBNIITTALSIINFORMATIONAL SUBNIITTAL� [NOT USED� 32 i.7 CLOSEOUT SUBNIITTALS [NOT USED] 33 1.� MAINTENANCE MATER�AL SUBNIITTALS [NOT USED] 3�4 1.9 QUALITY ASSURANCE jNOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 111 FIELD [STTE] C01�1DI'I'IONS [NOT USED] 37 1.12 WARR.ANTY [NOT iT�ED] C1TY OF FORT V4'ORTH ForE Warth Nature Ceqter & Aef�ge Baardwalk Phase ll STANDARD CONSTRUCTION SPECIPICATION IIpCiJ1vIENT5 CiYy Prajeet No. 10232D Revised December 2Q 2012 Ql 33 DO-8 SiJBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUT�ON [N�T USED] 3 END OF SECT�ON Re�ision Log DATE NAIvI� S�JMMARY OF CHANGE 12120J2D12 D, Jahnson L4.K,8. Working Days modified to Calendar Days CITY OF FORT W4RTH Fort Worth Nature Center & ftefuge Soardwalk Pl�ase II STANDAR_D CONSTRUCTION. SPECIPICATIDN DOGLTMENTS Ciiy Project No. 102320 Revised ]�ecember 2D, 2012 013513-1 SPBCIAL PROyECT PRdCEbU1�S Page 1 af S 2 3 PART1- GENERAL 4 1.1 SUM117�iitY 5 A. Sec#ion Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 5ECTION 013513 SPECIAL PROJECT PROCEDURES 1. The pracedures for special project circuinstances that includes, but is nat limited to: a. Coordination with the Texas Department of Transportation b. Wark near High Voltage Lin�s c. Confined Space Entry Prograzn d. Use of Explosives, Drop Weighfi, Etc. e. Water Department Natification f, �ublic Notificatian Prior to Beginning Construction g. Coordination with Unitad States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. Einployee Parl�ing B. Deviations from this Gity of Fort Worth Standard Specification 1. Nane. 19 C. Related Speczfication Sections include, but are not necessarily 1'vnited to: 2a 1. Division 0—Biddir�g Reyuirements, Contract Forms and Conditions oithe Contract 21 2. Division 1— General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYl�1VT PROCEDiTRES 24 25 zs 2'i 28 24 30 3 J. 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Paymcnt ].. Coorrdz'nation within Railraad permit areas a, Measurement 1) Measurernent for this Item will be by lump sum. b. Paymen# 1} The work performed and materials furnished in accordance with this Item wi11 be paid for at �li� lump sum price bid for Railroad Coordinataon. c. The price bid shall include: 1) Mabilization 2) Inspecfion 3) Safety training 4) AddifionalInsurance S) Insurance Certificates 6) Other reyuicements associated with general coordination with Railroad, including additional emplo�rees required to pratect the right-of way and property of the Railroad from damage arising out of and/ar from the consiruction of the Project. 2. RaiLroad Flagmen a. Measurexaaent CITY OF FORT WqRTH Fort Worth Namre Cenrer � Refuge B.aerdwalk Pliase II STAN�AItd CONSTRUCTIQN SPECIFICATiQ1V DOCLiMENT3 Prajact Na. I02320 Revised Maroh 1 !, 2022 ai ss i3 - z SPECTAL PRQ7ECT PROCEDURES Page2of8 1 1) Measurement for this Item wi11 be per wozking day. 2 Yr. Payment 3 1} The work performed and materials fumished in accordance with this Item 4 will be paid for each working day #hat RaiIroad Flagm�n are present at the 5 Site. 6 c. The price 6id shall include: 7 1} CoordinaCion for scheduling flagmen 8 2} Flagmen 9 3) Other requirements associated with Railroad l0 3. All other items 11 a. Work associated witl� these �tezns is considered subsidiary to th� various Iterns 12 bid. No separate payment will be allowed for this Iter�. 13 1.3 REFERENCES 14 A. Reference Siandards 15 16 17 I8 I9 1 2. Reference staridards cited in tl�is Specification refer to �the current ref�rence standard puhlished at the time of the latest revision date logged at the end of this Specification, unless a dat� is specifically cited. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 20 1.4 ADNIINISTRATIVE REQUT1tEMENTS 21 A. Coordination with tha Texas Department of Transportation 22 23 24 25 26 27 2$ 29 30 3i 32 33 34 3S 36 37 3$ 39 40 41 42 43 44 1. Wl�en work in the right-of-way which is under the jurisdicfiion of fihe Texas D�partment af Transportation (TxDOT): a. Natify �e Texas Departm�nt of Transpartation prior to commencing any work therein in accordance with the provisions of tlae pernait b. All wark performed in the T�DOT right-oi way shall be performed in compliance with and subject to approval from the Texas Department af Transportation B. Work near High Voltage Lines 1. Regulatory Require�nents a. All Wark near High Voltage Lines (more than 6Q0 volts measured between conductors ox heiween a conductor and the ground) sha116e in accordance with H�a1th and Safety Cade, Title 9, 5ubtitle A, Chapter 752. 2. W�rning sign a. Provida sign of sufficient size meeting a1( OSHA, requiremeztts. 3. Equipment nperating within 10 feet af high voltage lines will reyuire the fallowing safety features a. rnsuIating eage-type of guard about the baom or arm b. Insulator links on the Iift hoak cannections �or back hoes or dippers c. Equipment must meet the safety requirezz�.ents as set forr�is by OSHA and the safety requirements of the owner of the high voltage lines �. Work wi�hin 6 feet of high voltage electric lines a. Notifca#ion shall be given to: I) The power company (exainple: ONCOR} CITY OF FORT WORTH Fart WorYh Nature Center & Refuge Boardwalk Phase II S�ANDARD CqNSTRUG7TON SPECIFICATIQI+I D�CUMENTS ProJectNo. i0232p Revised Mflrch 11, 2022 013513-3 SPECIAL PROJECT PRqC�Tl1.1RT?S Page 3 ai$ 1 2 3 4 5 6 7 $ 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 a} Maintain an accurate log of all such calls to power campany and record actinn taken in �ach case. b. Coordi�ation with pawer company 1) After notif cation eoordinate with the po,wer company to: a) Erect tempaxary mec�anical barriers, de-energize the. Lines, or raise or lower the lines c. No personnel may work within 6�eet of a high valtage line before the above requirements ha�e been met. �. Canfined Space Entry Program ]. Ptovide and folIow approved Confineci S}�ace Entry Progra.m in accordance �vith OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other con�ned spaces in ac.cordance with QSHA's Permit Rec�u�red for Confined Spaces ■ � , r • . . . E. Use of Explosives, Drop W�ight, Etc. ]. When Contract Documents permit on the project the following wiIl apply: a. Public Nofification 1) Submit r�atice to City and proof of adequat� insurance coverage, 24 hours priar to commencing. 2) Minimum 24 hour public notiiication in accnrdanc� with Secfion 01 31 l3 2�1 F. Water Department Coordination 25 1. During th� construction oFthis project, it will be necessary to deactivate, far a 26 period of tim�, existing lines. The Contractor shall be required to coordinaYe with 27 �he Water Department to determine the be5t tnnes far deactivating and activating 28 those lines. 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2. Coordinate any event that will require �onneating ta or the operation af an e�sting Ciiy water line system vaith 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 De�artment for use during the Iif� of named �rojec� c. In the event that a water valve on an existing live system be turned off and on tfl aecornmndate the construction of th� prajeet is required, coardinate this activity through the appropriate Ciiy representative. 1} Do nvt operate water line valves oiexisting water syst�n. a} Failure to comply will render the Conta•actor in violation of Texas Penal Code Title 7, Chapter 28.03 (Crirr3inal Mischie� and the Contractar wi11 be prosecuted ta the fu11 e�tent of the 1aw. b) In addition., the Contiractor will assume all liabilities and responsibili#ies as a result of tnese actians. 43 G. Public Notification Prior to Beginning Construction C1T'Y OF FO[tT WOItTH Fort Worth Alature Center & Refuga Boardwalk Phasa II STANDARD CONSTRUCTIOI�# SP�CIFICATIOi�] DOCUMEI�lTS ProjectNo. 1{}232Q Ravised March 11, 2022 �1 35 13 -4 5PECIA]_ PRd3ECT PROCE]]UR�S Paga 4 of 8 1 1. Prriar to be.ginning cons�ruction on any biocl� in ihe project, on a block by block 2 basis, prepare and deliver a notice or flyer of the pending eonstruc�ion to th� frant 3 door of each residence or business that will be impacted by construction. The notice �3 shall be prepared as follows: S a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 6 beginning any construction activity on each block in the project area. 7 1) Prepare flyer on the Contractor's letterhead and include the fQllowing S informatian: 9 a) Name of Proje�t lo b) City Project No (GPN} 11 c) Scope af Project (f.e, fype of construction activity) 12 d) Actual c�nstruetion duration within the black 13 e) Name of the cantractar's foreman. and phane numher 14 � Name of the City's inspeetar and phone number 15 g) City's after-hours p�one number 16 2) A sainple of the `pre-construction natif cation' flyer is attached as Exhibit 17 A. 1 S 3) City. of Fort Worth Doar Hangars will be provided to the Cant�actor for 19 distribution with their natice. 20 4) Submit schedule showing the conslruct�on sta7rt and �nish time far each 21 block oithe praject to the inspector. 22 5) Deliver flyer to the City Inspector far review �rior to disfribution. 23 b. No construction will be allowed to begin on any black unti3 the flyer and doar 24 hangers are delivered to all residents aithe i�lock. 25 H. Public Notification of Temporary Water Service Interruption during Construction 26 1. In the event it becomes necessaiy to temporarily shut down water service to 27 residents �r businesses during construction, prepare and deliver a notiee or flyer of 28 fhe pending interruptian to the front doar af each ai�'ected resident. 29 2. Prapared notice as %llows: 30 a, The notification ar flyer shaIl be posted 24 haurs prior to the temparary 31 interruption. 32 b. Prepare flyer on the contractor's letterhead and include the following 33 information: 34 35 36 37 38 39 4Q 41 42 43 44 45 46 47 c. d, e. f. 1) Name of the project 2) City Project Number 3) Date of the iuterruption of sexvice 4) Period the interruption will take place 5) Nam� of �Y►e eontractar's foreman and phone number b) Name of the City's inspector and phone number A sample of the temparary �rater service interruption notification is attached as E�chibit B. Deliver a copy of the temporary interruptzo�a z�oti�teation to the City inspector for review prior to being distx�ibut�d. No interruption of water service can accur until the �yer has been deli��red to all affeeted residents and businesses. Electronic �ersions af the sample flyers can be obtained from the Project Constr�zction Inspector. 48 I. Coardinatinn wiih United States Army Corps afEngineers (USACE} CITY OF FORT W4RTH Fort Worth Nature Center & Refu�e Boazdwalk Phase II STl�NDARD CONSTRUCTION SFECIFICATION DOCUMENTS Project No. I42320 Revised March 11, 2622 013513-5 SPEGLAL PR07ECT PROCEDURES Page 5 of 8 1. 1 2 3 4 5 G 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 z2 23 24 25 26 27 �. At l.ocatians in the Projact where cansi�ruction acftvities occur in areas where USACE permits are required, meet all reyuirements set forth in each designated permit. J. Coardination within Railroad Permit Areas 1 2 � At Iacatians in the project where constructi�n activiYies occur in areas where railroad perrnits are required, meet ali raquirements set forth in aach designated railroad permit. T11is includes, but is not limited to, provisians for: a, Flagmen b. Inspectors c. 5afety training d. Additional insurance e. Insurance certificatas £ Other employess required to pratect the right-af-way and property of the Railroad Company from damage arising out of and/or frnm the consfructian of t�e projeet. Praper utility clearance procedures shali be used in accordance with the perrnit guidelines. Obtain any suppIamental infarmatian needed to comply with the railroaci's requirements. RaiIroad �iagmen a. Submit receipts to Ciiy for ver�cation of working days that rai�road flagmen were present on Site. K. Dus# Control l. Use acceptabie mea�ures to control dust at the Site. a. If waxer is used to control dust, capture and properly dispose of waste water. b. Tf wet saw cutting is perforxned, capture and properly dispose of slurry. L. Employee Parking 1. Provide parkin� %r employees at lacations appro�ed by thc City. CITY OF FORT WOR7'H T'ort Worlh Nature Center & Refuge T3oardwalk Phase II STANbARb CONSTRUCTIdN SPECIFICATION �OCUMENTS FrojectNo. 1D2320 Revised March 1 !, 2022 013513-6 SPECIAL PROTECT PROGEDT]RES Page 6 of 8 1 1.5 SUBNIITTALS [NOT USED] 2 L6 ACTION SUBMITTALSIINFORMATIDNAL SUBNIITTALS [NOT iTSED] 3 Li CLOSEOUT SUSNIITTALS [NOT USED] 4 1.8 1VIAINTENANCE MATERZAL SUBNIITTALS [NOT USED� 5 1.9 QUALITY ASSURANCE [NOT USED] 6 l.1.0 DELIVERY, STORAGE, AND HANDLING [NOT IISED] 7 l..l.� FIELD [SI'T'E] C�NDITIONS [NOT USEDj 8 l..l � WARRA,NTY [NOT USED] 9 PART � - PRODUCTS [NOT USED] 10 PAItT 3- EXECUTIQN [NOT USED] � 12 END OF SECTION Revision �,og DATE NAI1� SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with H�alth and 5afety Code, Title 9. 8/31/2012 D.lohnson 5afety, Su6tit[e A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4,E—Added Cant�•actor a•espansibitity for obtaining a TCEQ A.irPerrnit Remove references to Air Pollution wat�h Days and NCTCOG Clean eonstruction 3/1 ll2022 M Owen Speeification requirements, Clarify need far Door Hangers under in addiiion to contractornotification oipublic. 13 CITY pF FQRT WORTH Fnrt Worth Nature Center & Refuge $oardwalk Yliase I1 S7'ANbAlt17 CONSTRUCTIbN SPEGIFICATIONAQCUN1k:N'I'S ProjectNo. 102320 Revised March 11, 2022 0 013513-7 SPECiAL PR03�CT PROC�DiIRES Fage 7 af $ l 2 3 4 S 6 7 8 9 l0 II 12 13 14 15 J6 17 18 19 20 z� 22 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Locatior�: Limits af Construction: EXI�BIT A (To be printed on Contractor's Letterhead) - LL_ �� � � I '� �'� '� � ' � °rbis is ������R� You � ba�� u���� a co���ac� ►t���a� �M� c��v o� �o�� 1�IOR�Fi, AUR ���VI��MY �lILL l�IO�K OM Ui'ILI7Y LINES OAI OF� ��OUND YOUR L�ROP�R�Y. CONS�RI�C�I�id WI�� ��CIN A���DXII�I����Y 5�11�N ��4Y� ��OYl911 1 FI� �,�i� O� TbIS �dOiIC�. I� YOU H,P►V� QIJ�S�lO�lS ��OIJi ACC�SS, S�CU�IiY, SAV�� I Y 0�3 �,�dY OTHE� I�SU�, PL�S� CALL: Pbflr. <COIdTRACTOR'S 5tJPERiMTENDENT� AT �TELEPHO�IE td0.� C�T-:7 Y�1r. CCITY lMSPECTOR� �11 < TELEPHOt�E FlO,� �FTEE3 4:30 Pi� O� ON V1r�Ei��NDS, PLEASE CALL (81ij 392 �306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Fort Worth A[ature Cente� & Refuge Boardwalk Phese Il STANDARD CO3dSTAUCTION SP�C1FtCATION DOCIJNIENTS ProjectMo. 102320 Ravised March 11, 2022 O13S13-8 SPECIAL PRO.TECT PROCEDURES Fage 8 oi8 0 2 EXIIIE�T S �0�.`����TH �: �� ��. � �� �: �o�'�C� �F °������►��t W�'�`��t ��R�C� ��'������� AUE TO C7"1'lY.�'1'Y IMPIiOVEMEIV'TS IN YOUR 1�iEIGHBORHOOD, YOLTR WA'TER SERVIC� WILL BE TIrT'1'ERRUPTED O�T SE'�WTGEN'IHE �COY]Ri OF A1�TD IF IIOU HAVE QU�STiONS ABQi]T THTS SHUT-OI3T, PLEASE CAtY.: MR. AT (CON'ritACTORS S�UPERIN'i`ENDENI� (TLY,�PHONE Ni7MBER) OR �, AT {CITY IiYSPECTbR) (TELEPFiQN� l�TT7Mi3ER) THIS INCONVEI�IV�CE WiI.L BE AS SHORT AS PaSSIBLE. �'�IA1�iL'C Y00, . �CO1�iTRACTOR 4 � 4 C1TY OP P�RT WQR'j"H Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTIOI� SPECIFICATION dpCUMENTS ProjectNo. 1U2320 Revised Mareh 11, 2022 O14523-1 TESTING AND INSPECTION SERVICES Page 1 of2 1 2 3 PART 1- GEI�iERAL SECTION 0145 23 TESTING �ND INSPECTION SERVICES 4 1.1 �UMMARY 5 A. Section Includes: 6 1. Testing and inspectioz� sezvices procedures and coordination 7 8 1. None. 9 C. Related Specification Sec�ions include, but are not necessarily limited ��: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditivns af the Contract 11 2, Dxvision I— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDUI�ES i3 14 IS 16 17 18 I9 2D 21 22 23 24 B. Deviatians firom this City of Fort Worth Standard �pecificatian A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Ite�ns bid. No separate payment will be allowed for this Item. a. Coniractor is responsible %r performing, caordinating, and payment of all Qual:ity Control testzng. b. City is responsible for performing and payment for first set of Quality Assur�nce testing. 1 j If the first Qualify Assurance test performed by the City fails, the Contractor is r�sponsible far payment ot'subsequent Qua.lity Assurance testing until a passing test occwrs. a} Final acceptance will not be issued by CiTy until alI required payments for testing by Contractor have heen paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATNE REQUIREMENTS 27 zg 29 30 31 32 33 34 35 3b 37 38 A. Testing 1. 2. 3. Complete testing in accord�ce with the Con�ract Docu�men�,s. Coordination a. When testin� is required to be performed by the Ciiy, notify City, sufficiently in advan;ce, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing wili be performeci. Distribution of Test�ng R�ports a. Electronic Dis�ibution 1) Coniu�m development of Project direetory for elect�onic submittals to be uploaded to the City's dacument management system, or another extarnal FTP site approved by the City. CITY dF FORT WQRTH Fort Worth ]Vature Center & Refvge Baardwalk Plyase II STANDARD CONSTRUCTIQN SPECIFICATION DOCUNIENTS Ciry Project No. 102320 Revised March 9, 2020 014523-2 TES'T'ING AN171N3PECTTON SERVICES Page 2 of 2 1 2 3 A S 6 7 8 9 10 11 12 13 14 2) Upload test reports to desig�zated paroject directary and notify appropriate City representatives via ema.il of submittaI posting. 3} Hard Copies a) 1 copy for alI submit�als submitted to the Project Representativa b. Hard Copy Distribution (if required in Iieu oi electronic distribution) 1) Tests performed 6y City a} Distribute 1 hard copy �o tlie Contractox 2) Tests perFormed by tlxe Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Proj�et Representative with irip tickets for each delivered load of Concrete ar Lime inaterial including tk�e following infa:rmation: a. Name of pit b. Date of delivery c. Material deli�ered 15 B. Inspection 15 I. Inspection or laek of inspection does not relieve the Contractor frQxn obligatian to 17 per%rm work in accordance with the Contract Documer�ts. 18 1.5 SUBNIITTALS [NOT USED] 14 1.6 ACTION SUBNIITTALSIINF012MATIONAL SUBNIII'TALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT U�ED] 2I 1.8 MAINTENANCE MATERT�L SUENIITTAL,S [NOT USED] 22 1..9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELNERY, STORA�E, AND IIANDLING [NOT USED] 24 25 1.11 FIELD [SITE] CO.NDITTONS [NOT USED] 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 END OF SECTION Revision Log DAT� N�.ME SiIMMf�RY OF CI-IANGE 3/9/202Q D.V. Magana Removed ref�rence to Buzzsaw and noted that electronic submittals be uploaded thrnu�t7 the City s doc�rner►t management system. 30 CITY QF P'ORT WORTH Fort'Worth Nature Cen#er & Refuge Boardwalk Pliase TI ST,ANDARD CONS17tUCTION SPECIFICIITION DOCUM�NTS Ciry I'roject Na. 10232U �tevised March 9,2020 oi so ao- i TLMPqKARY FACTLITTE3 AND CONTR.OLS Page 1 of 4 1 2 SECTION 01 50 00 TEMPaRA,RY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.�. SUMMARY 5 A. Sectian Includes: 6 L Provide tamporary facilities and controls needed for the Work including, but not 7 n�cessarily limited to: 8 a. Temporary utilities 9 b. 5anitary facilities 1p c. Storage Sheds and Buildings 11 d. Dust controI 12 e. Temporary fencing oithe construction site 13 B. Deviations from this City ofFart Worth Standard Specification 14 1. None. 15 C. Related Specificatian Sections include, but �re not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditians o�the Contrac� 17 2. Division 1— Gene�al Requirements I8 1.� PRICE AND PAYNII:NT PROCEDLTR�$ 19 A. Measurerrient and Payment 20 1. Work associatecl with this Item is cansidered subsidiary to the variaus Items bid. 21 No saparate payment will b� allowed for this Item. 22 1..3 REFERENCE� [NOT USED] 23 1.4 ADMINISTR.ATIVE REQU�REMENTS 24 25 26 27 28 Z9 30 31 32 33 34 35 36 37 �8 39 �0 A. Temporary Utilities 1, Obtaining Tempvrary Service a. Make arrangements with utility sezvice companies for temporary services. h. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for uiility service costs until Work is approved for Final Acc�ptance. 1) Included are fuel, power, light, heat and other utility services necessa.ry for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in conneciion wifh Work to be parforrned and for specified tests of piping, equipment, devices or ather use as rsquired far the completion of the Woric. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor p�rsonnel and City's Project Repres�ntatives. c. Coordination 1) Contact City 1 week befare water for constr�ction is desired CiTY OP FORT WOATH Fort Worth I+Iature Center & Refuge Boardwalk Phase II STANDARD CON377tUCTIOI�} SPECIFICATION DOCLINIENTS Ciry Pro;ject No. 1 D2320 Revised 7uly 1, 20! 1 oisooa-�. TEMPORAItY I'ACILITIES AI�fD CO3VTRflLS Page 2 of4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 za 2I 22 23 24- 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 3 �4. 5 d. Contractor Payment for Const�•uction VVater 1) Obta.in constz-uction �,r+ater meter from City for payment as billed by Cit�'s established rates. Electricity and Lighting a. Provide and pay for electric powered service as required for Worl�, including tasting of Work. 1) Provida power for ligh�ing, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain opez•ations during scheduled shutdown. Telephone a, Provide emergency telephone service at �ite for usa by Contractor personnel and others performing work ar furnishing serviees at Site. Temparary Heat and Ventilation a. Provide temporary heat as necessary for pratection or completion af Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons an 5ite. a, Campiy with regulations of SYate and local departments of health. 2. Enforce use of sanitary facili�ies by construction personnel at jab site. a. Enclose and anchox sanitary iacilities. b. Na discharge will be allowed from these facilitzes. c. Collec� and s�are sewage and waste so as not to cause nuisance or health problem. d. Hau1 sewage and waste oif-site at no less than weekly intervals and properly dispose in accordance with applicable regula�ion. 3. Locate facilities near Work 5ite and keep clean and maintained throughout Project. 4. Remove facilities at completion of Froject C. Sto:rage Sheds and Buildin�s 1. Provide adequately �entilated, �vatertight, weatherpronf starage iacili�ies wifh iloor above ground level for materials and equiprnent susceptible ta weather damage. 2. Storage of rnaterials not susceptible to weather damage may be on blocks off ground. 3. Store tnaterials in a neat and orderly manner. a. Place materials and equipment to permit easy acr.�ss for identiiication, inspection and inventory. 4. Equip building with lockable doors and lightit�g, and pravide electrical service for equipment space heaters and heating or ventilation as neaessary to provide storage enviranments acc�ptab�e to specified manufacturers, 5. Fill and grade site far temporary structure� to provide drainage away fram temporary and existing buildings. 6. Remove huilding from site prior to Final Aceeptance. 42 D. Tamporary Feucing 43 1. Provide and maintaan �'or the durafion or construction when required in contract 44 documents 45 E. Dust Cantral CIT'Y OF FORT WORTH Fort Worth Nature Cenfer & Refuge BoardwallE Phase iT 3TANDARD CdN5T1tUC1'ION SPEC1FiCATTON D4Ci)MLNTS Ciiy Project Na. 102320 Revised duly ], 2011 1 2 3 4 � S 6 7 8 9 10 11 o�soao-s TEMPORt1IZY FACILITIES ANI7 CONTROLS Page3 of4 1. Contractor is responsible for maintaining dust control through the durat�on of the project. a. Contractor remains an-call at all timas b. Must res�ond in a timely manner F. Temporary Protectian of Construction 1. Contractor or su6contraetors are responsible for proteeting Work frozn danr�age due to weather. 1.� SUBNIITTALS [NOT iTSED] 1.6 ACTION SiJBNIITTALS1IlrTFORMATIONAL SUBMTTTALS [NOT USED] 1.7 CLOSEOUT SUSNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] I2 1.9 QUALITY ASSLIRANCE [NOT USED] l3 1.10 DELNERY, STORAGE, AND HANDLING jNOT USED] 14 1.11 FIELD [S�TE] C�NDITIONS [NOT USED] 15 1.12 WARRANTY [N�T USED] 16 PART � - PRODUCTS [NOT IISED] l7 PART 3- EXCCUTION [NOT USEDJ 18 3.1 INSTALLE�S [NOT iTSED] 19 3.2 EXAMINATION [NOT U�ED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATYON 22 A. Temporary Facilities 23 1. Maintain all temporary �aeilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.b RE�INSTALLATTON 26 3.'� FIELD [oR] SITE QUA.LT['Y CONTROL jNOT USED] 27 3.8 SY�TEM STARTUP jNOT USED� 28 3.9 ADJiTSTING [NDT iT�ED] 29 310 CLEANING �NOT iTSED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Tempora�y Faciljties CITY OF FORT WORTH Fort Warih IVature Center & Iieiuge Boardwalk Phase II STANDARD CONSTRUCT'IOI� SYECI�'ICATiON DOCIIMENTS City Project No. 14232� Revised 7uly 1, 2Q11 015000-4 TEMPORtLRY FAC]LIT1E5 AND CONTROLS Page 4 of 4 1 1. Remove aIl temparary facilities and r�store area after completion of the Work, to a 2 conc�ition equal to or better than prior to start af Wark. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE �NOT USED] 5 314 ATTACHIVV�NTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SiJMMAIZY O�' CHANGE CITY OF FOI2T WORTH Fort Worth Tdature Ceuter & Refuge Boardwalk Phgse lI STANDARb CqNSTRUCTION SPECIFICATIQN DOCUM�NT3 City Projectl�o. ]02320 Revised July 1, 2011 015526-1 STREET USE PERMIT AND MODIFIGt1TION5 TO TRAFFIC CON'I'RQL Page 1 of3 1 2 �ECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTR�L 3 PART1- GENERAL 4 � 1 SirMMARY 5 A. Section Includas: 6 1. Administrative procedures far: 7 a. Street Use Permit 8 b. Modif'icatian of appro�ed traffic control 9 c. Removal of Street Signs 1D B. Deviations fram this City oFFart Worth Standard Speciiication I l 1. None. 12 C. Related Specif cation Sections includ�, but are not necessarily limited to: 13 1. Divisian (1— Bidding Requirements, Cont�act Fo�rn s and Conditions o�the Contiract 14 2. Division 1— General Requirements 15 3. Section 34 71 I3 — Traffic Control 16 L� PRICE AND PAYN�NT PROCEDi1R�5 17 A. Measurement and Payment � 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separa#e paymept wiil be aliowed for this Ifi.em. 20 1.3 REFERENCE� 21 A. Reference Staz�dards 22 I. Reference standards cited in this speeificativn refer to the current reference standard 23 published at tl�e time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 2S 2. Texas Manual on Uniform Tx�c Gontrol Davices (TMUTCD). 26 1.4 ADM�[N�STRATNE REQiTIR�MENTS 27 28 Z� 30 31 32 33 3�l 3S 36 A. Traffic Control l. General a. Cantractor shall minimize iane c�osr�res and impact to vehicular/pedestrian tr�c. b. When traffic contral plans are included in the Drawings, provide Tra#�'ic Con�rol in accordance with Drawings and S�ction 34 71 13. c. When traffie control plans are nat included in the Drawirigs, p:repare tra�zc control plans in accordance with �ection 34 71 13 anci submit to City for review. 1) Allow minimum 1 Q working days for review af proposed Trafiic Cantrol. C1TY OF FOAT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDA.RJJ CO3�IS1RUCTIQN SPECIFIGATIQ3�I DpCTJMENTS City Praject No. 102320 Revised March 22, 2021 015526-2 S'IZLEET USE FERMIT AND MODIFI.CATIdN5 TO TRAFFIC CON'T`ROI. Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 37 18 19 20 2) A traffic conirol °`Typical" published by City of Fart Worth, the Texas Manual unified Traffic Control Devices (TMUTCD) or Texas Department of Transportatzon (TxDOT) ca�i be used as an alternaiive to preparing a projeeYlsite specific traffic control plan if the typical is applicable to the specific project/site. B. Sireet Use Permit 1. Prior to installation of Traffic C.ontrol, a City Street iJse Permit is required. a. To obtain �treet Use Permit, suhm.it Traffic CantroI Plans to City Transportation and Public Works Department, 1) Allovv a minitnum o� 5 working days for permit review. 2) Cantractar's rasponsibility to eaordinate review of Tra�'fic Contro] plans for Streat Use Permit, such that construction is not delayed. C, Madi�cation to Approved Traff�c Control 1. Prior to installation traffic contral: a. Suhmif revised traffc control plans to City Department Transportation and Public Works I3epartment. 1) Revise Traffic Control plans in accordanca with Section 34 71 13. 2) Al�ow minimum 5 working days for review of revised Traffic Contral. 3) It is the Contractor's responsibiliiy to caordinate review of Traffic Controj pla�as for Street iJse Permii, such that construction is not delayed. 21 D. Remo�al af Street Sign 22 1. If it i.s determined that a. street sign must be removad for construction, then cantact 23 �ity Tra�isportation and Pubtic Works Department, Signs and Markings Divisioza to 24 remo�e tl�e sign. 2S E. Temporary Signage 26 1. In th� case of reguIatory sig�s, replace permanent sign with temporary sign meeting 27 requirements of the latest aditian of the Texas Manual on Uniform Traffic Contr�l 28 De�vices {MTJTCD). 29 30 3] 32 33 34 2. �nstall teinporary sign bEfore ih� removal of perina.nent sign. 3. When construction is complete, to the extent that tha per�z�anent sign ean be reinstalled, contact the City Transportatio� and Public Works Department, Signs and Markings Divisian, to reins�all the permanent sign. F. Traffic Cantrol Stan.dards 1. Traffic Control5tandards can be faund o� the City's website. 35 1.5 SUENIITTAL� 36 A. �ubmit all required documenta�ion to City's Praject Represantative. CTTY OF FqRT WpRTI� Fort Worih Nature Center & ltefuge Boardwalk Phase II STANDARD CONSTI2UCTION SPECIFTCA1TqN DOCi.JN�k:N'I'S City Project No. 10232D Revised March 22, 2021 oissz6.3 STREET USE PERMiT AN17 MQDIFICATIOI�iS TO TRAFFIC C�NTROL Page 3 of 3 � � 1 1.6 ACTI�N SUENIITTALS/INFORMATIONAL Si7BNIITTALS [NOT IISED] 2 1.7 CLOSEOUT SUBNIITTALS [NOT iTSED] 3 1.8 MAINTENANCF, MATERIA�L SiTBNIITTAL� [NOT USFD] 4 i.9 QUALITY ASS�i7ItANCE jNOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 l.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.1� WARRANTY [NOT USED] 8 PART � - PRODUCTS [NOT USED] 9 PtiRT 3- E�CiTTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NANIE SLJI�IlVIARY OF CHANGE 1.4.A. Added lang�aga to emphasize minimizing of lane closures and impact to traffic. 1.4.A.l.a Added language to allow for use ofpublished h�c evntsol "Typicals" if 3/22l21021 M. Owen applicable to specific project/site. 1.4.F. 1) Re�xtoved reference to Buzzsaw 1.5 Adcted language re: submittal af permit CITY OF FDRT WORTH Fort Warth Nature Center & Reiuge Boardwalk Phase IT STANbARD CONSTKUCTIpN SPECTFICATTON DQCi].1vIEN7'S City Peoject No. 1D2320 Revised Arinrch 22, 2021 015713-1 STORM WATERPpT,LUTION PR�VENTIC)I� Page 1 of 3 1 2 SECTION O1 �i 13 STORM WATER POLL[TTIQN PREVENTIQN 3 PART 1 � GEN�I�r, 4 1.1 SiJNIlVI�RY 5 6 7 8 9 10 11 12 13 A. Sectian Includes: 1. Procedures for �torm Water Pollution Preventian Plans B, Deviation,s from this City of Fori Worth Standard Speci�cation 1. None. C. Related Speaifeation Sections include, but are not necessarily �imited to: 1. Divisian 0-- Bidding Requirerr►ents, Contract Forms and Conditians af the Contract 2. Di�ision 1— General Requirements 3. Section 31 25 00 -- Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measureinent and Payment lb 1. Construction Activities resulting in less than l ac:re of disi�arbance 17 a. Work associated with this Item is eonsidered subsidiary to the various Items 18 bid. No separate payment wi116e allowed for this Item. 19 2, Constructian Activities resulting zn greater than 1 acre af disiurbance 20 a. Measurement and Payment shall be in aecordance with Section 31 25 Q0. 21 1.3 REFERENCES 22 A. Abbreviations and Acranyms 23 I, Notice of Intent: NO� 24 2, Notice of Termination: NOT 25 3, Storm Water Pollution Frevention Flan: SWPPP 26 4. Te�as Comrnission on Environrnental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at �he time nf ihe iatest revision date lagged at the end of this 3l Specification, unless a date is specifically cited. 32 2. Int�grat�d Storm Management (iSWM) Technical Manual for Cnns�ruction 33 Controls 34 1.4 ADMINISTRATIVE REQjTIREi1�ENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued assaciated 37 with complianee to Stormwater Pollution Preventio� Plan. CITY qF FdIZT WORTH Fort Worth Nature Center & Aefuge Soardwalk Phase II 3TANDARD CDNSTRUCTION SPECIP'ICATION DOCUMENTS City Prajent No. 102320 Aevised July l, 2fl11 015713-2 STO1tM WATER YOLLUI'TON PREVENTTON Page 2 of 3 B. Consttvction Activities resulting in: 2 1. Less tlzan 1 acre o� disturbance 3 a. Provide �rosion and sediment control in accordance with Seciion 31 25 04 and 4 Drawings. 5 2. 1 to less than 5 acres of dis#urbance � 6 a. Texas Polluiant Discharge Elimination 5ystem (TPDES) General Construction 7 Permit is required S b. Complate SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Constructian Site Notice Requirecl under general permii 10 TXR150000 11 a) Sign and post ai job sits 12 b) Prior to Preconstruction Meeting, send I copy to City Departranent of I3 Transportation and Puhlic Works, Environmental Division, (817) 392- 14 5Q88, l5 2) 1'rovide erosion and sediment control in accardance �with: 16 a) Section 31 25 a0 17 b) The Drawings 18 c} TXR150000 General Permit 19 d) SWPPP 20 e} TCEQ requirements 21 22 23 24 25 26 27 28 29 3D 3l 32 33 34 35 36 37 38 39 3. 5 acres ar mar� nf Disturbance a. Texas Pallutant Disclaarge Eliminafion System {TPDES} General Construction Permit is required b. Compl�te SWI'PP in accordance �cr�i�h TCEQ requirements 1) Prepare a TCEQ NOI farm and subznit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Departrrient of Transportation and Public Works, �nvironmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates ta NOI 3) Frovide erasion and sediment control in accordance with: a} Sectivn 31 25 0.0 b} The Drawings c) TXRI500Q0 General Permit d} SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ haue been met a TCEQ Notice af Termination can be submitted. a) Send copy to City Department of Transportation and Puhiic Works, Environmental Division, (817) 392-6088. 40 1.� SUBNIITTALS 41 A. SWPPP 42 1. Submiit in accordanca with Section U 1 33 00, except as stated herein. 43 a, Prior to tha Preconstructian Meetin� submit a draft cop� of SWPPP to th� City 44 as follows: 45 1) 1 copy to #fze City Projec# Manager 46 a) City Project Manager wi11 farward ta th� City Departm:ent of 47 Tracisportatian and Public Works, Environ�ental Division for review C17`Y qP FpAT WOATH Fort Workh Nature Center & Aefuge Boardwalk Fhase II STANDARll C�I�fSTRUCTION SPECIFICATION DOCUMENT3 Gity PrajectNo. 102320 Revised July 1, 2011 ais7i3-3 STaRM WATERPOLLUTION PREV�IVTION Page 3 of 3 1 B. Modified �WPPP 2 I, If the SWPPP is re�ised during construction, resubmit modi�ed SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTTON SUBNIITTALS/IlVFORMATIONAL SUBNIITTALS [NOT USED] 5 1.7 CLOSEOUT SUSNIITTALS [NOT USED] 6 1,8 MAINTENANCE MATERIAIa SUBNIITTALS [NOT US�D] 7 19 QUALITY ASSTJRANCE [NOT USEDj 8 L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FTELD [SITE] CONDITIONS �NOT US�D] 10 1.1�, R'ARRANTY [NOT USED] 11 PART 2- PRODUCTS �TOT USED] 12 PART 3- EXECUTYON [NOT USED] 13 14 END OF SECTION Revision LQg DATE NAME SUMMARY OF CIIANGE 15 CIT"Y OF T�Oi2T WORTH Fort Worth Nature Canter 8c Refuge Boardwaik Phase II STANDARD CON3TRUCTION SPECIFICATION l70CUMENTS Gity Prvjecti�fo. 1�2320 Re�ised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAC�iE Page 1 oF3 1 2 3 PART1- GENERAL 4 1.1 SiTMMARY SECTION 015813 TEMPOR.ARY PROJECT SIGNAGE 5 A. Sectian Includes: 6 l. Temporaay Praject �ignage Requirements 7 B. Deviations frQm this City of Fort Worth Standard Spen�catian 8 1. None. 9 C. Related Specification Sections incIude, but are not necessarily limited to: 10 1. Division �— Bidding Requireuzents, Contract Forms and Condi#ions of the Contract 11 2. Division 1— General ReyuiremenYs 12 1.2 PRICE AND PAI'MENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this �tem is considered subsidiary to the various Items bid. 15 Na separate payment will be allowed for this Item. I6 1.3 REFERENCES [NOT USED] 17 1.4 ADMIlrliSTRATNE REQUI1tEMENTS [NOT USEII] 18 1.� STJSNIITTALS [NOT USED] i9 1.6 ACTION SUBMITTALSIINFORMATIONAL Si7SMITTALS [NOT USED] 20 21 l..'� CLOSEOUT SUBNIITTALS [NOT USED] 1.� MAINTENANCE MATER.IAL SUBNIITTAL� jNOT USED] 22 1.9 QiTALITY AS�URANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 l.11 FIELD [SITE] CONDITIONS [NOT U�ED� 2S 1.1� WARRANTY [NOT USED] 2b 2.7 28 29 30 31 PA1tT � � PRODUCTS 2.1 UWNER-FURNISHED [ox] OWNER-STTPPLI�DPRODUCTS [NOT USEDJ 2.2 EQiIIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Crite�ia 1. Provide free standzng Project Designatian Sign in accardance with Ciiy's Sta�dard Details fox pz'aject signs. CITY OF FDRT WOR'I`H Fort Worth Natura Center & Refuge Soardwalk Phase II ST.AND.AR� CONSTRUCTION SPEGIFIGA'�IpN DQCjIMENTS City ProjectNa. 1Q2320 Revised 7uly l, 2011 oi ss i3 - a TEMPORARY PR07�CT SIGNAGE Page 2 of 3 l B. Materials 2 l . Sign 3 a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or batter �4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY �ONTROL [NOT USED] 6 PART � - EXECUTION 7 3.1 Il�STALLERS. [NOT USED] 8 3.� EXANIINATIDN [NOT USED] 9 3.3 PREPARATION [NOT USED] 1D 3.4 INSTALLATION 11 A. General 1�. 1. Provide vertical installatian at extents o�project. 13 2. Relonate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 h. Posts 17 c. Barricade 1 S 3.� REPAIl2 / RESTORATIQN [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.9 FIELD [oR] STTE QUALITY CONTROL [NOT USED] 21 3.8 SY�TEM STARTUP [NOT i7SED] 22 3.9 ADJUSTING jNOT USED� 23 3.10 CLEANING [NOT U��D] 24 3.1�. CLOS�OUT ACTIVITIES [NOT USED] 25 3.12 PR�TECTYON [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maint�nance vvill include painting and repairs as needed or directed by the City, 29 3.14 ATTA�.FIIV�NTS [NOT ZTSED] 30 31 END OF SECTION GTT�C dF I'ORT WbRTH Fort Worth Nature CenYer & Refuge Boardwalk Phase II STANDARD CONSTRUCTIpN SPECI�ICATTON DOCUIyIEI�TS City ProjectNo. 102320 Revised 7uly 1, 2011 ai ss ia -3 TEMPORARY PRO.TECT SIGNAGE Page 3 nf 3 Revision Lag DAT� NAME SC.IMMAAY OF CHANG� CITY OF PORT WORTH Fort Worth Nature Center & Refuga Boardwalk Phase II S1'ANllAT�D CQNS1"RUCTTON SPECIPICATTON bOCI.JIVIENTS City ProjactNo. 1p2320 Ttevised ]uly 1, 2011 U1bd00-] PROIITICT REQUIREMk;NTS Paga 1 nf 2 1 2 3 PART1- GENERAL 4 11 SiTMMARY 5 6 7 8 9 1� 11 12 1.2 SECTION Ol b� 00 PRODUCT REQL]IREMEN'I'S A. Section Includes: 1. References for Product Requirements and City Standard Products List B. D�viations from this City ofFort Warth Standard Specificatian l. None. C. Related Specification Seetians inelude, but are nof necessarily Iimited to: 1. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRYCE AND PAYIVIENT PROCEDURE� LNOT IISED] 13 1.3 REFERENCES [NOT USED] 14 1.� ADIVIINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is available ihrough the City's website at: 16 https'��a�pps,fortw�rthtexas. , o;� v/PrajectResources/ and followjng the directory path: 17 1, 02-Consti�uction Documents/Standard Products List 18 B. Only producfis specifcally included on City's Standard Product List in these Contract 19 Documents sl�all be allowed for use on th� Proj�ct. 20 1, Any subsequently approvecl products will only be alla�ved for use upon specific 21 approval lry �a City. 22 C. Any specific p:roduct require:naents in the Contract Docurn�nts supersede similar 23 products included on the City's 5tanda�d Product List. 24 1. The C.ity reser�es Phe right ta not allow products to be used for certain projects even 25 though the produc� is listed on the City's Standard Product List. 26 D. Although a specific praduct is included on City's Standard Product List, not all 27 products from that manufacti.irer are approved for use, including b�t not limited to, that 28 manufacturer's sta�ndard product. 29 E. See Section 01 33 00 for submittal requirements ofProduct Data included an City's 30 Standard Prod�ct List. 31 1.5 SUBNIITTALS [NOT USED] 32 1.6 ACTION SUSMITTALSIINFORMATYONAL SUSNIITTAL� [NOT USED] 33 1.7 CLC1�EOiTT SUBNIITTALS [NOT CJSED] 34 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 35 1..9 QUALITY ASSURANCE [NOT IISED] CI'C'Y OF FQRT WORTH Fnrt Wo.r[i� Nature Center & Reiuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIFICATIO?�f DOCiIMEI�ITS City Ptaject No. 1Q2320 Revised March 9, 2020 O1 60 OD -2 PRODUCT REQUIREMEi�iTS Page 2 of2 ( k j 5 I 1 L10 DELIVERY, STORAGE, AND AANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS jNOT U�ED] 3 1.12 WARRANTY �NOT iTSED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 �1 8 END OF SECTION Revision Log DATE N111VIE SUMMARY OF CHANGE 10/12/12 D. ]ohnson Modified L�ocation oi City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Suzzsaw and nnted that the City appro�ved products list is accessibl� through the City �vebsite. CITY OF FORT WORTH Port Worih Nakure Center & Refuge �oardwalk Phase II 3T,qNDAAD CpNSTRLiCT10N SPL�CIFICATION DOCUMENTS City ProjectNo. 1Q2320 Revised March 9, 2D2D OI6600-1 PRODTICT STORAGE AND H.ANDLING 12EQLII12E11�NTS Page 1 af4 1 2 SECTION Ol 66 Ua PRODUCT S`TORAGE AND H�1NDLlNG REQUIREMENTS 3 PART1- GENERAL 4 Ll SUMMARY 5 6 7 S 9 ia 1] 12 13 I4 IS 16 1.2 A. S0Gt10IlII]C�iIL�OS: 1. Scheduli�g of product deIivery 2. Pae�Cagiang of products for delivery 3. Protection of pr�ducts against datnage fram: a. Handling b.. Exposure to elements or harsh envi:ronments B. De�iations from this City of Fort Woz-� Standar� Specification 1. None. C, Related Specificatian Sections incIude, but are nvt necessarily limited to: 1. Division 0— Bidding Requirements, Cant�act Forms and Condi�ions of the Cont�act 2. Division 1— General Requirements PRYCE AND PAYIV�NT PROCEDiTRES i7 A. Measureinent and Payment l8 1. Wark associated with this Item is eonsidered subsidiary to the variaus Xtenas bzd. 19 No separate payment v�rill be allowed for this Item. 2Q 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT iTSED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORIVIATIONAL SUBNIITTALS [NOT USED7 2�F 1.7 CLOSEOUT SUBMITTALS �NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 26 1J QUALITY ASSURANCE �NOT USED] 27 1.� 0 D�LIVERY AND HANDLING 28 29 30 31 32 33 A. Delivery Requirennents 1. Schedule delivery of products or equipment as required to allow �timeIy installa�ion and to avaid prolonged storage. 2. Provide appropriata personnel and equiprnent to receive deliveries. 3. Delivery trucks will not be permitted to wait extanded periods of tirne on the Site �ar personnel or equipment to receive the delivery. CI1`Y pP FORT WqRTH Fort GVorth Nature Center & Etefuge Boardwalk Phase II STANDARD CONSTRi7CTION SPECII'ICATIONDqCUM�NTS Ci[y I'rajecf Na. 102320 Itevised July 1, 2D11 Oi6600-2 PRODUCT STOAAGE AND HATTDLING R�QUIREIVI�NTS Fage 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identi�y as to manufacturer, item and installation 5 location. 6 6. Provid� manufacturer's instructions for storage and handling. 7 B. Handling Requ�rements 8 1. Handle products or equipment in accordance with tl�ese Coniract Documents and 9 manufacturer's recammendatians and insttuctions. 10 1] 12 13 14 I5 Ib 17 C. Siarage Requirernenis 1. Store m.aterials in accardance with manufacturer's recammendations and reyuirements of these Specificatians. 2. Make necessary provisions for safe storage of materials and equigsnent. a. Plaee loose soil materials and materials to be incorporated into Wark to pre�vent damage �o any part of Work or existing faciiities and to inaintairt free access at all times ta all parts ot' Work and to utility service company installations in vicinity of Work. 18 3. 19 2b 21 22 4. 23 24 25 2b 27 28 5 Keep materials and equipment neatly and compactly stored in loeations that will cause minimum incanvenience to other contractors, public travel, adjoining owners, tenants and accupants. a. Arrange storage to provide easy access for inspection. Restrict storage to areas availahle on consiruc�ios� site for �torage of material and equipKnent as shown on Drawings, ar approved by City's Projact Representative. Provide off-site storage and protection rvhen on-site s#orage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by CiLy's Project Representative. 6. Do not use lawns, grass plots or other private praperiy for starage puzposes without written permission of owner or other person in possession ar control of prernrses. 29 7. Stare �n maz�ufacturers' unopened contaiuers. 30 8. Neatly, safely and compactly staalc materials deliv�red and stored along line af 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and skreet cxossings apen, 34 10, Repair or replace damaged lawns, sidervalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length w�ich nnaterzals may be distributed along route of eonstruction at 37 one time is 1,OOD linear feet, unless otherwise approved xn writing by City's 38 Project Representati�e. CITY OP FORT WORTFi Fori Warth NaEure Center � Ttefuge Baardwalk Phase I[ STANDA3tD CON3TRUCT[ON SPECIFICA'I'ION DOCUMENTS Cily Pmject 3�Io. 102320 Revised July 1, 201 ] O1b600-3 PRQDUCT STORAG� AND HANIILING REfZlTIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDIT�ONS [NOT USED] 2 1.12 WARRANTY [NQT USED] 3 PART � - PRODUCTS [NOT USED] 4 PART 3 - �XE�UT�ON 5 6 7 8 9 ia 11 3.1 INSTAi,I�ERS [NUT USED] 3.2 EXANIINATION [NOT YTSED] 3.3 PREPARATION [NOT iTSED] 3.4 ERECTION [NOT USED] 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT IISED] 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all pxoducts or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work i S 1. Reject aIl products or equipment that are damaged, used flr in any other way 16 unsatisfactoiy for use on tl�e project. 17 3.� SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [N4T USED] 19 31fl CLEANING [NOT USED] 20 3.11 CLOS�OUT ACT1ViTiES [NOT USED] 21 22 23 24 25 26 27 28 29 30 312 PROTECTION A. Protect all products or equipment in accardar�ce with rnanufacturer's written directions, S. Stdre products or equipment in lacation to a�oid physical damage to items while in storage_ C. Protect equipment from expasure to elements and kaep th.oroughly dry if required by the manufacturer. 313 MAINTENANCE 1NOT USED] 314 ATTACHIV�NTS [NOT USEDj END OF SECTION CITY OF �ORT WORTH Tart Warth Alatnre Center Sc Refuge Boardwalk Phase II STANDARD CONSTRUCTTON SPECIFICATION➢OCiTIV3ENT5 City ProjectNo. 1�2320 Rcvised July I, 201I 016600-4 PR�DUCT STORAGE AND HAIIDLINC', AEQUIREIVIEAITS Page 4 of 4 Revision Log � DATE NAME SUMMAItY OF CHANGE �� C1TX OP FORT WDRTH Fort Warth Nature Center & Refuge Baardwalk Yhase II STANDARD CONSTRUCTIOi+I SPECIFICATION DOCUMENTS City PrajectNo. 102320 Revised Iuly 1, 2011 O1 70 00 - 1 MOBILTZATI03V AN17 KCMOBILIZATIDN Pa�e 1 nf4 SECTION 01 '�0 00 � 3 PART 1- GEN�R AT , MOBILIZATION AND REMOBILIZATION 4 1.1 �UNIlVIARY 5 A. Section Tncludes; b 7 8 9 10 lI 12 13 14 15 16 17 38 19 2Q 21 22 23 24 25 2� 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 4I 42 43 44 45 2 3. 1. Mobilization and Derr�obilization a. Mohilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the S ite 3) Premiums paid far performance and payment bonds 4) Transpartatian of Cont�ractio�'s personneI, equipznent, and operating supplias to another locatian wi#hin the designated Site 5) Relocafiion of necessary general iacilities %r the Contracfior's operation from 1 location to a�other location on the Site. b. Dernobilization 1) Traansportation ofContractox's personnel, equipmant, and operafing supplies away from the Site including disassemhly 2) Site Glean-up 3} Removai of all buildings and/or other facilities assembled at the Site far tlais Contract c. Mobilizatinn and Demobilization do not incIude activities for specifia items of wark that are %r which payme�t is provided elsewhere in the contract Re�nobilization a. Remobiiization for Suspension of Work specifieally required in the Contract Documents az• as raquired by City inGl�des: 1) Demobilizatian a} Transpartation of Contraotar's personnel, equipment, and operating supplies from the Site including disassembIy or tempararily securing equipmant, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Cont�•act Documents 2) Remobilizatian a) Transportation o�Conlxactor's personnel, equipment, and operating supplies to the Site necessary to resume the Wark, b) Establishment af necessary general faciIities for the Cantractor's operation at the Site necessary to resume the Work. 3} No Fayments will be made for: a} Mohilizatir�n and Demohilization from one location to another on tl�e Site in the normal progress of perfo.rming the Work. b} Stand-by or idle tune c} Last profits Mobilizations and Demobilization for Miscellaneous Projects a. Mabilization and Demobilization CIT i' OF FORT WORTH For� Worlh Natute Center & Refuge Boardwalle Phase II STANDARD CONSTRUCTION SFECLFICATIdN DOCiJMENTS City Project No. 102320 Re�ised November 22, 2016 D17000-2 MOBILIZATION AND R�MOBILIZATION Page 2 af 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 lb 37 18 19 20 1) Mobilizatian shall consist of the activities and cost on a Work Orcier basis necessary for: � a) Transportatian of Contractar's personn�l, equipment, and operating supplies ta the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's aperation at the Site for the issued Work Order 2} Demobilization shall consist oithe activities and c�st nec�ssary for: a) Transpoz�tation of Contractor's personnel, equipnaez��, and operating snpplies from the Site including disassembly for each issued Work �rc�er b} Site Clean-up for each issued Wark Order e) Removal oi all bui�dings or other facilities assembled at the �iie for each Work Oder b. Mobilizatian and DemobiIization do not include activities %r specific iterns of work for which paymant is pravided else�vhere in th� contraGt. 4. Emexgency Mobilizatians azid Demobilization for Miscellaneous PrQjects a. A Mobilization for Miscellaneous Projects when directed by the City and the rnobilizat�on occurs within 24 hours of the issnance of the Work �rdear. B. Deviations from this City of Fort Worth Standard Specification 1. No�e. 21 C. Related Speci�catia�a Sections inelud�, but are not necessari�y limited to: 22 l. Division 0—Sidding Requireruents, Contract Forms and Conditions ofthe Contract 23 2. Division 1-- General Requirements 24 1.2 PRTCE AND PAYINENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A, Measurement and Payment [Consult City DepartmentlDivision for direction on if Mobilization pay rtem to be included or t�e item should be subsidiary. Include th� appropriate Section 1.2 A, 1.] 1. Mobilization and Demobil�ation a. Mea;sure 1) This Item is considered subsidiary to the various Items bid. b. Paymer�t 1) The work perfox-r�ned and materials furnished in accardance with fihis Item are subsidiary to the various Items bid and na other compensation will be allowed. 2. Remobilization fQr suspension of VVork as specif cal�y required in the Cantract Dacuments a. M�asurement 1} Meas�rement for this Item shall be per each remobilizatian performed. b. Payrnent 1) The work performed and materials fuxnished in accardance wiih this Item and measured as provided under "Measurement" will be paid for at the unit price �er each "Specified Remobilization" in aecordanca with Contract Documents. c. The priee shall include: 1) Demobilizatian as described in Section 1.1.A2.a.1) 2} Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT VJORTH Fnrt Worth Nature Center & Refuge Baardwalk Phase II STAMaARb CQNSTRUC3'1aN SPECIFICATiON DOCUMENTS City ProjectNo. 1�232D Kevised November 22, 201G 017000-3 MDBILIZATIOI� AN� REIvIOBILIZATION Fage 3 of 4 I 2 3 4 S b 7 8 9 �a 1I 12 13 14 15 l6 17 18 I9 20 21 22 23 24 zs 26 27 28 29 30 3i 32 33 34 35 36 37 38 d. No payments will be made for standby, idle time, or lost proiits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measureme�t and Payment 1) This shaII be submitted as a Contract Claim in accordance with Article 10 of Section 04 72 00. 2) No paymentis will be made fnr standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Damobilizations fo.r Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each IVlab.ilization and Dezxzobilization required by the Gontract Documents �. Payrnent 1} The Work perforrn�.d and materials furnished in accordanee with this Item and t�neasured as provided under "Measurement" will be paid for at the unit pxzce per eacl� "Work Order Mobilization" in accordance with Contract Documellts. Demobilization shall be. considered subsidiary to m�bilization and shaIl nat be paid for separately. c. The price shall include: 1} Mobilization as described in Section 1.1.A.3.a.1} 2} Demobilization as desceibed in �ection I.1.A.3.a.2) d. No payments will he made for standby, idle time, or lost profits assoeiat8d this Item. 5. Emergency Mobilizations and Demobilizatians far Miseellaneaus Projects a. Measurement 1) Measurement for this Item shatl be for each Mobilizatioii and Demobilization required by the Contract Documen�s b. Payment 1) The Work performed and materials furnished in aceordance with this Item and measur�d as provided undar "Measurament" will ba ,paid for at the �nit price per each "Wark Order Emergency Mobilization" in accardance with Contract Documents. Dez�abilization sha11 be consider�d subsidiary to inobilizatian and shall not be paid for separately, e. The price shall inelude 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Sectian 1.I.A.3.a.2) d. No payments will be znade for standb�, idle time, or last profits associated this Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATNE REQUIREMENTS [NOT USEDj 41 1.5 SiTSNIITTALS [NOT USED] 42 1.6 INFORMATIONAL SUSNIITTALS [NOT USED] 43 1.7 CLOSEOUT SUSMITTALS [NOT U�ED] 4� 1.$ MAiNTENANCE MATERIAL SUSMITTALS [NOT USED] CIT'Y QP TOItT WbRTH Port Worth Nature Center & Refuge BoardwalEe Phase II STANDARD CONS7'ftUCTTQN SPECIFICATION bOCi IM�NTS City Pra�ect No. 102320 Ravised Novemher 22, 2016 01 7004-4 MOBILIZA"d`ION AND REMOBILI�ftTION Page 4 of4 1 t� 1 1.9 QiTALITY ASSURANCE r1VOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SYTE] CONDITIONS [NOT USED] 4 1.12 WAItl2ANTY [NOT USED] 5 PART 2- PRODUCT� [NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 8 9 END OF SECTION Revision Log DATE NAME 5CJMMARY OF CHANG� 11/22/16 Michael Owen 1.2 Price and Payment Prvicedures - Revised specification, including hlue text, to make specification fle�ible for eitl�er suhsidiary or paid hid item fbr Mobilization. CITY OF FORT WORTH Fort Worth Nafure Center & Refuge Boardwalk Phase II S1'ANDARD CONSTRUCTIQN SPECTTICA7'ION DpCUN1ENTS City Pmj.ect No. 10232D Revised November 22, 2016 017123-1 C4NSTRUCT[d1V STAKII�Gr AND SCIRVEY Page 1 of 8 1 2 3 PAI�T 1- GENERA.L 4 ]..1 SUNIlI�JARY 5 6 7 8 SECTION 417123 CONSTRUCTION STA,KING AND SURVEY A. Sec�ian Includes: 1, Requirements for canstruction staking and aonsh•uction survey B. Deviations from this City ofFort Worth St�andard 5peci�cation 1. Nane. 9 C. Related Speci�ication Sections include, �ut are not necessarily limited to: 10 1. Division a—Bidding Requira�neant�, Contract Pornns and Conditzans ofthe Cont7ract 11 2. Di�ision 1— General Requirements 12 1.�. PRICE AND PAYIVIENT PROCEDU12�5 13 14 15 16 17 18 19 za 21 22 23 24 25 z� 27 2$ 29 30 31 32 33 3�} 3S 36 37 38 39 40 41 A. Measurement and Payment 1. Conshuction Staking a. Measurement 1) Measurement �or this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this It�rn sha11 be paid fdr at the lump sum price bid for "Constructian Staking". 2} Payment for "Construction Staking" shall be made in partial payments prorated by work campleted compared to total work included in the lump sum rtem. c. The price bid shall inelude, but nat be liynited to tlie following: 1} Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submiital of constr�ction staking documenta�ion in the farm of "cut sheets" using the City's s�andard template. 2. Construction Survey a. Measurement 1) This Item is considered sub�idaary to the variaus Itezxxs bzd. b. Payment I) Th� work performed and the materials fU��nished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3, As-Built Survey a. Measurement I) M�asurement for thia ltem shall be b� lump suln. b. Payment 1) The work per%rmed and the materials fitrnished in accardance with this Item shall be paid fax at the lump �um prioe bid for "As-Built Survey". C1TY OI' FORT WOItTH Fort Worth Nature Center & Refuge Bnardwalk Pheae Il STANI?ARD CONSTRUCTION SP�CIFICATION DOCUMEN7'S City Project Na. 102320 Revised February 14, 2018 Oi7123-2 CQNSTRUGTION STAKING AND SURVEY Page 2 of 8 1 2 3 4 5 6 7 8 9 2) Payment for "Construction Staking" shall he made in partial payments prorated by work completed compared to total work included in fhe lump sum item. c. The price bid shall include, but not be �imited to the foliowing:: I) Field measurements and survey shots to idenfify location of co�nple#ed facili�zes. 2) Doc�mentation and subrr�iftal of as-built survey data onto contraetor aredline plam..s and digital surv�y f les. 10 1.3 REFERENCES 11 I2 13 14 IS 16 17 18 I9 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 A. Definitions 1. Canstruetion Survev -`The survey measur�ments made prior to or wlule construc#ian is in pragress to eontrol eievatian, horizantal position, dimensions and config�ration of stre�ctures/impraveme�ts zncluded in the Project Drawings. 2. As-huili Survev --The measurements made after the construction af the irr�provement features are complete ta provide position coordinates for the features of a project. � 3. Construction Stakin� — The placement of stakes and markings to pravide ofFsets and elevations to cut a�nd �11 in order to l�cate c�n the ground the designed siructures/improvements included in the Project Drawings. Construction staking shall include stalc�ng easements andlor rignt of way if indicated on the platas. 4. Survev "Field Checks" — M�asurements made after construction staking is completed and before construction work begins to ensure that structures marked on the g�rouzid are accurately located per Project Drawings. B. TechnicaI Referencss I. City pf Fort Wortla — Construction Staking Standards (avaiIable on City's Buzzsaw website) — Ol 71 23.16.01_ Attachment A Survey Sfaking SYandards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) fzles (availablc on City's Buzzsaw websitej. 3. Te�s Department of Transportation (TxDOT} Survey Manual, laiest revisian 4. Te�s Soeiety of Professional Land Surveyars (TSPSj, Manual of Practice fior Land Surveying in the State of Texas, Caiegory 5 34 1.4 ADNIIN�STRATNE REQiTIltEMENTS 35 A. The Contracfor's selection of a surveyor mus# comply with Texas Gov�rnnnent 36 Cade ���4 {q�alificatious based selection) for this project. 37 1.� S�TBNIITTALS 38 A. �ubmittals, if requirec�, sha11 be in accQrdance with Section O1 33 00. 39 B. All submi�tals shall be xeceived and reviewed by the City prior tv delivery of work. 40 L6 ACTION SUSNIITTALSIINFORMATIONAL SUSMITTALS 41 A. �ield Quality Cont�ol Submittals CITY OF FQRT W�RTH Fort Worth IVature Center & Reiuge Soardwalk Phase II STANDARD CONSTRUCTION SPECTFTCATIDN DQCUMENTS City Project A1o. 10232U Revised l+e6ruary 14, 2Q18 01 7I 23 - 3 CONSTRUCTIQI�I STAKiNG AND SURV�Y Page 3 af $ T 1. Documentation verifying accuracy of f�jd engineering �work, including coordinate 2 conversions if plans da not indicate grid or ground coordinates. 3 2. �ubmit "Cut-Sheets" conforming to the standard template provided 5y fihe City 4 (refex to O I 71 23.16.01 — Attachinent A— Survey Staking Standards). l.i CLOSEOUT SUBNIITTALS 6 B. As-buzlt R�dline Drawing Submittal 7 l. 5ubrrsit As-BuiIt Survey Redline Drawings documenting the locations/elevations of 8 constructed improvem�nts signed and sealed by Ragistcred ProfessionaI Land 9 Suxveyor (RPLS) responsible for the woz'k {refer to � 1 71 23.16.01— Attachment A 10 -- Surv�y Staking Standards) . l 1 2. Cantractor shall submit the pxoposed as-built and campleted redline drawing 12 submiitaI one (1} we�ek prior to schedtiling the project final inspection for City 13 review and comment. Re�visions, if necessary, shall be made to the as-built radline 14 drawings and resubmitted to the City prior to scheduling the eanstruetion �na1 15 insp�ction. 16 1.S MAINTENANCE MATERIAL SUBIVIITTALS [N�T USED] 17 1.9 QUALITY ASSUR.ANCE 18 19 A. Constructian Stakin� 1, Construction staking will be performed by tlle Contractor. 20 2. Coordination 21 a. Contaet City's Prolect Representati�ve at least one week in adva�ace notifying. �2 the City of when Construction Staking is scheduled. 23 b. It is the Contracfor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively unpacted. 25 3. General 26 a. Contractor is respo�sible for preserving and m.aintaining stakes. If City 27 surveyors are requirec� to re-stake for any reason, fhe Contrac#or will be 28 responsible for costs to perfonn stakiilg. If in the opinioxa of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbeci or 3� omitted that fihe contracted V4�ork cannot talce place �hen the Contractor wili be 31 required to stalce or re-stake the deficient areas. 32 33 34 35 36 37 38 39 40 41 42 43 B. Construotion Survey 1. Construciion Survey v�ill be performed by the Contractor. 2. Coordination a. Cantractor to verify that horizontal and vertical contral data established in the design survey and required for construction survey is auailable and in place. 3. General a. Construction survay will be perfoimed in arder ta construct the work sl�own an the Consfruciion Drauuings and specified in the Contraci Docuznenis. b. For construction rnethods other than open cut, the Contractor shall perform construction survey and verify eontrol data including, but not limited to, �he following: 1) Verificatian that established benchmarks and control are accurate. CI1'1' OF PqRT WORTH Fprt WorEh Nattue Center � Refuge BOardw�lk Phase II Si'ANDARD COI�ISTRUCTIQN SPB�IFICATIQN DOCUIu[ENTS City Project No. 102320 Revised rebruary 14, 2018 017123-4 CONSTRUCTION STAKING AND SUIiVEY Page 4 of 8 2 4 IO I1 12 13 14 IS 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 2} Use of Benchmarks to furnish and maintain alI reference lines and grades for 1:uuneling. 3} Use of line and grades ta establish the location of the pipe. 4) Submit to the City copies of f�eld natesused to establish all lines and grades, if request�d, and allow the City to cl�eck guidazice system setup priar to beginning each tunneling drive. 5) Provide access for th� City, if requestad, to verify tha guidance system and t�e l�ine and grade of t�e earrier pipe, 6) The ContractQr remains fully responsible for the accuracy of the vvork and co�rectioz� of it, as required. 7) Monitar line and grade continuausly during construction. 8) Record deviation with respect ta design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation daes not meet the speciFied tolerances {as nutlined in Sections 33 OS 23 aaad/or 33 DS 24), immediately notify the City and canrect the installatian in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be p�rformed by th� Contrac#or. 2. Coordination a. Contractor is to caordinate with City to confirrn which features reyuire as- built surveying. b. It is the Contractor's respo�sibility to coardinate the as-built survey and required measure�nents for items that are to be buried such ihat construction activities are not delay�d or negatively impacfed. c. For sewer znains and water mains 12" and uz�der in diamete�r, it is aeceptable to physically measure depth and mark the Iocation during the progress of construction and take as-built survey after the facility has been buried. T`k�e Contractor is reaponsible for the qualiiy control needed to ensure accuracy. 3. General a. Th� Con#ractor shall provide as-built survey including the elevation and }ocation (anti provide written documentation to the City} of construction f�atures during �he progress nf t�e construction incluciing the following: i) Water Lin,es a) Top of pipe elevations and coardinates %r waterlit�es at the following locations: (1) Minimum every 2501inear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all huried fittings 2) Sanitary Sewer a} Tap of pipe elevatron� and c.00rdinates for �orce mains and siphon sanitary sewer lines (r�on-gravity facilities) at the following locations: (1) Minimum every 2501inear feet and any buried fittings (2) Horizontal and vartical points of inflection, curvature, ete. 3} Stormwater —Not Applicabla �TTY OF FpRT WORTH Fort Worth Nature Center & Refuge Boardw��k Phase II STAMTJARD CON37Z2UCTiON SFECIFICATI(?N DOCUMENTS City Project t�ia. 102320 Revised Februsry 14, 201 S oi�Yz�-s CONSTRUCTION ST:AKIt*1G AND SURVEY Page 5 of 8 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 b. The Contrac�or shall pravide as-built suivey including the elevation and location (and provzde written docum�ntatinn to the City) of construction features after the construction is completed including the fallowing: 1) Manholes a) Rim and flowline elevations and eo.Qrdinates for each nnanl�ole 2) Water Lines a) Cathodic protection test statians b) Sainpling stations c) Meter boxes/vaults (All siz�sj d) Fire hydrants e) Valve,s {gate, butterfly, etc.) fj Air Release valves (Manhola rim and vent pipe) g) Blaw off va�ves (Manhol� rim and valve lid) h) Press�re plane valves i} Underground Vaults (] } Ri�xz and flovvline ele�ations and coordinates far each LTnderground Vau1t. 3) �anitaiy Sewer a) C:leanauts (1} Rim and flo�vline elevatians and coordinates %r each b) M�nholes and Jutiction Structures (1} Rim and flowline elevations and coordinates �or each �naz�l�ole and junction stiuctur�, 4) Stormr�ater — Not AppIicable Ll0 D�LNERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT iTSED] 27 1.12 VL'ARRANTY 28 PART � - PRODUCTS z� 30 31 32 33 34 35 36 37 38 39 4� 41 4� 43 44 A. ' A constzuction survey r�vill praduce, but will not be limited to: 1. Recavery of relevant cantrol points, points of curvature and poinis of intersection. 2. Establish temporary horizontal and vertical control ele�atians (benchnaarks) suf�ciently perman�nt and Iocated in a manner to be used throughout constnaction. 3. The location af planned facilitias, easam.ents and improvements. a. Establishing final line and grade stakes for piers, floars, grade b�ams, parking areas, utilities, �treets, highways, tunneIs, and other canstruc�ion. b. A record of revisions or corrections noted in an orderly manner far reference. c. A drawing, �hen required hy the clie�t, indicating the horizontal and vertical locarion of facilities, easements and improvements, as built. 4. Cut �heets shall be pravided to the City inspector and Survey Superintendent far all conshuction staking projects. Tk�ese cut sheets shall be on the sta.ndard city template which can be obtained fram the Survey Superintendent ($17-3.�2�7�25}. S. Dagital survey files in the �'ollowing formats shall be acceptable: a. AutoCAD {.dwg) b. ESRI Shap�file {.shp) CIT'Y O�' PORT WbRTH Port Worth Nature Center & Refuge Boardwalk Phase Tl 5T1tIVDAItD CQNSTRUCTION SPECTFTCATION DOCUML�NTS City Projact No. 102320 Revised February ]4, 2018 1 017123-6 CONSTRUCTIQN STAT{ING AND SURVEX Page 6 of 8 1 c. CSV file (.csv), formatted with X and Y coardinates in Separ�et� columus {u�e 2 standarci ternglates, if available) 3 6. survey files shall include vertical and horizontal data. ti�d to original project 4 conirol and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 31 INSTALLERS 7 8 9 iR II I2 13 14 IS I6 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Tolerances: 1. The stalted tocatian of any improvement or facility should be as accurate as practica.l and neeessary. The degree of precision required is dep�ndent an many factors all of which must remain judgt�ental. The taIer�ances listed hereafter are based on generalities and, under certain cirenmstances, sl�all yield to specific requirements. The surveyar shall assess any situation 6y revievv of fhe overali plans and through consultation with responsi�le parties as ta the need for specific toleraz�ces. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 i. vertical tolerance. Horizontal alignment for earthwork and rvugh cut should not exc�ed 1.0 ft, talerrance. b. Horizontal alignment on a struch�re shall be within .0.1ft taleranca. c. Paving ar conere�e for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confir�es of the sit� boundaries and, accasionally, along a boundary or any ather restrictive line. Away from any restrictive iit�e, these facilities should be staked wit� an accuracy pxodUcing no more than Q.USft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall ba located horizontaIly within their prescribed areas or easements. Within assigned areas, these utili�ies shouId be staked wifih an accuracy producing no more than 0.1 ft tolerance from a specified 1paation. e. The accuracy required for the vertical location of utilities varies widely. Many tuadergeoUnd utilities require only a minamum cover and a tolerance of 0.1 ft. should be rnaintained. Underground and overhead utilities on planned profile, but not depending o� graviiy flow for performance, should not exce�d 0.1 it. tolerance. B. Surveying inst�ments shali be kept in close adjustrnent according tn manufacturer's speeificatians or in com.pliance fo standards. The City reserves tha right �o request a calibration report at any time and recom�ends regular maintenance schedule be per%rmed by a certi£'ied te¢hnician every G months. 1. Field measurements of angles and distances shall he done in such fashion as to satisfy the closures and t�lerances expressed in Part 3.1.A. 2. Vertical locations shall be established fram a pre-established benchmark and c�►ec�Ced by closzng to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported pxo�ptly to the City. 4. Revisions, co�-�rections and other pertinent data shall he logged for future reference. CITY OF FORT WQRTH Fnt# Worth Nature Center & ReFuge Boardwalk Phas� 11 STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS City Prvject No. 1D2320 Reviscd Tebruary I4,20T8 ni71z3-7 CONSi'ItUC1`IQN STAKIl�lG AN17 SURVEY Page 7 oF 8 1 3.2 EXAMINATION [NOT II�ED] 2 3.3 PREPARATYON jNOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR 1 RF.STORATION 5 6 7 S 9 10 11 12 13 14 3.6 A. If the Contractar's work damages or destroys ane or mare of the contro.l �•nanuments/points set by tlse City, �he monuments shall be adequaiely referenced for eXpedient restoratinn, 1. Notify City i� any cantrol data needs to be restored or repIac�d du� to damage caused during construction operations. a. Contractor shall perforin replacements andlor restorations. b. Tlse City may require a# any time a suIvey "Field Check" of any monument or benchmarks that are set be verified by fihe City surveyoi� before fiartlier assaciated work can move forvvard. RE INSTALLAT�ON [NOT USED] 15 3.7 FIELD [ox] S�TE QUAL.ITY CONTROL lb A. It is the Contractar's responsibility to mairatain all stakes and control datia plaeed by tlae 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not cl�ange or relocate stakes or contro� data without appro�val frorn the City. 2� 3.8 SY�TEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perfarm a Survay Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 25 relieve the c�ntractor aihislher responsibility fox accuracy. 26 27 3.9 AD.TUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3,ll CLOSEOUT ACTIViTLES [NOT T7SEDj �0 31� PROTECTION [NOT USED] 31 32 33 34 3.13 MAINTENANCE [NOT iTSED] 314 ATTACHIVI�NTS [NOT U�ED] END QF SECTION Revisian Log CTJ'Y OF PQRT WbA'FH Fort Worth Nature Genter & Refuge Baardwalk Phase Il STANDARD CONSTRUGTIDN SPECIFICATION DOCUMENTS City ProjectNo. 10232� Tievised Februxry 14, 2018 017123-8 COI+€STfiUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CI�ANG� 8/31/2012 D.Johnson Added insUvction and modifed measurement & pay�nerrt under 1.2; added 8/31/2017 M, pwen �efiniiions and referenees under 1.3; modified 1.6; added 1.7 closeout sub�niftal requirements; morlified 1.9 Quality Assuranee; added PART 2— PRQDLJCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System 5tartup. Removed "blue teatt"; rev�sed meastn•ement and payment sections for Constivction Staking and As-Built Survey; added reference to selec�ion compliance with "1'GC Z1141ZOI8 M Owen 2254; revised actian and Closeout submittal requn�ements; adderl acceptable depih measurement criteria; revised list of items requiring as-built survey "during" and "after" construction; and revised aeceptable digital survey file format GITY OF FORT WQRTH Fort Wnrth Nature Center & Refuge Boardwalk Phase II STAl�IDAlib CONSTRUC`TTON SPL�CIFICATiON DOCLTM�NTS City Project t�lo. 102320 Revised Fehruary 14, 201$ o� �a z3 - z CLEANING Page 1 of4 1 2 3 PART1- GENERAL � 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 SECTION fl174 23 CLEANING A. Section �ncludes: L Intermediate and fmal cleaning for Work nat including specta3 cIeaning of closed syste�ns specified elsewhere B. Deviations frozxz this City ofFort Worth Standard Speci�cation 1. None. C. Related 5pecification Sections include, but are not necessarily �imited to: 1. Divisinn 0-- Bidding Requirements, Cantrac� Farms and Conditions of the Contract 2. Division 1— Genexal Requirements 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 1.� PRICE AND PAYMENT PROCEDUitES �5 A. Measurement and Fayment 16 I. Wark assaciated with this It�m is consider�d subsidiary to the variaus Items bid. l 7 No separate payinent will be allowed for this Item. 18 1.3 REFERENCES [NQT U�ED] 19 1.4 ADNIINISTRATIVE REQTJIlZEMENTS za A. scheduling 21 1. ScheduIe clean�ng operations so ihat dust and other contaminants disiurbed hy 22 cleaning process �evill not faIl on nawly painted surfaces. 23 2, Schedule final cleaning upon complet�on of Work and immediately prior to final 24 inspection, 25 1.5 SUSNIITTALS [NQT U,SED] 26 1.6 ACT�ON SUBMiTTALS/INFOItMATIONAL SUSMITTALS [NOT U,�ED] 27 1.7 CLOSEOUT ST]SNIITTALS [NOT [T�ED] 28 1.8 MAINTENANCE MATEI�AT� SUSIVIITTALS [NOT USED] 29 30 3l 32 33 L9 QC7AL�'TY ASSURANCE [NDT USED] 1.10 STORAGE, ANll HANDLING A. Storage and Handling Requiraments I. Store cI�aning products and cleaning wast�� in containers specifically designec� for those materials. CTI'X QF FORT WQRTH Port Worth Nature Ceuter & Refuge Bpsrdwalk Pliase II STANDARD CONSTRUCTION SPEC[FICATION DOCiIMENTS Ci[y Project AIo. 102320 12evised Iuly 1, 2Ol I 417423-2 CLEANINC`r Page 2 of4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] Z 1,12 WARRANTY �NOT USED] 3 PA.RT 2 - PRODUCTS 4 2.1 OWNER-�+`URNISHED [oR] OWNER�SUPPLTEDPRODUCTS [NOT USED] 5 2.2 MATEItYA1�S 6 7 8 9 IO T1 l2 A. Cleaning Agents I. Compatible witii surface being cl�aued 2. New and uncontaminated 3. Far manufactured surfaces a. M�terial recommended by manufacturer 2.3 ACCESSORiES [NOT IISED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 15 16 17 18 19 20 21 22 23 24 25 z� 27 28 29 30 31 32 3.1 INSTALLERS [NOT iTSED] 3.� EXAMINATXON [NOT USED] 3.3 PREPARATION [N�T USED] 3.� APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.G RE-iNSTALLATION [NOT USED] 3.7 FIELD [oR] �TTE QUALITY CDNTROL [NOT USED] 3.8 SYSTEIVI STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.1Q CLEANING A. General 1. Prevent accurnulation af wastes that create hazardous conditions. 2. Conduct cleaning and disposaI operations ta comply with laws and safety arders of gaverning authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm o:r sani�ary drains or sewers. 4. Dispose af degradable debris at an apprvved salid 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 Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARD GpN$TRUCTION SPECIFICATIOIV DOCUMENTS Giiy Project Na. 10232D Aevised July 1, 2D11 oi�az3-3 ct.��� Page 3 of4 1 6, Handle materials in a controlled manner with as fer�v handlings as possible. 2 '1. Thoraug.hIy clean, sweep, wash and polish all Wark and equipment associated w�th 3 this projeet. 4 8. Remove all signs of temporary construction and acti�vities incidental to construction 5 of requirexi permanent Work. 6 9. If proj�ct i� not cleaned to fihe satisfactian of the City,� the City rese�ves the right to 7 have the cleaning conapleted at f�e expense oi the Contractor. 8 10. Do not burn on-site. 9 B. Intermeciiate Cleaning during Construction 10 1. Keep Wark areas clean sv as not to hinder health, saFety or convenienee of 11 personnel in e�sting faeil'zty oparations. 12 2. At maximum weekly interr�als, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s}: 14 a, Cover to prevent blowing by wind 15 b. Store debris away from construction or operational aeti�ities 16 c. Hau1 from site at a minimum af once per week 17 4, Vacuum cleari interior �reas when ready to receive finisl� painting, 18 a. Continu0 vacuum cleaning on an as-needed basis, ezn�il Final Acceptance.. 19 5. Prior to storm e�ents, thoraughly clean site af all loose or unsecur�d items, which 20 may become airborne or transported by flovFring water during the starm. 21 22 23 24 25 2G 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 C. Interior Final CIeaning 1. Rezz�ove grease, mastic, adhesiv�s, dusi, dirt, stains, fingerprints, labels and other foreign materials from sighf-exposed surfaces. 2. Wipe all Iighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shina glazing and mirrors. 4. Polish glossy surfaces to a clear slline. 5. Ventilating systems a. Clean permanent fifters and replace dispasable filters if units were operated cluring construction. b. CFean ducts, blowers and coils if units were operated without filtars during construction. 6. Repiace all burned out lamps. 7. Broom clean pro�ess area flaors. 8. Mop offiee and eontrol room floors. D. Exterior (Site or Right of Way} �'inal Cleaz�ing 1. Remave trash and debris containers from site. a. Re-seed areas disturbe.d by location of trash �nd debris containers in accordance with Sectian 32 92 13. 2. �weep roadway to remove all rocks, pieces of asphalt, concrete or any other abject that inay hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not lizzaited to, �vaults, manholes, structur�s, junction boxes and inlets. CITY OF TORT WORTH Fort Worth lVa#ure Genter & Refuge Boardvvalk Phase II STAIVDARI7 CONSTRUCTION SPECIFICA'I`IOiN D�Ci7M�.NTS City Project No, 102320 Revised July l, 2011 I 2 3 4 S 6 7 S 9 017423-4 CLEAI�ING Page 4 of 4 4. If no longer reqnired for maintenance af erosian facilities, and upan approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEDUT ACTIVITIES [NOT U�ED] 3.1� PROTECTION �NOT USED] 313 MAINTENANCE �NOT USED] 31� ATTACHMENTS [NOT USED] END OF SECTION Revision Log DAx� NAME SUNIlVIARY OF CIIANGE 1 0 IO CITY OF FORT WdRTH Port Worth Nature Center & Refuge Boardwalk Phase Il STE1I�fDf1RD GONSTRUCTIOIrI SPECIFICATIO�I DOCUIVIENTS City Praject No, 102320 Revised 7uly 1, 2D I 1 617719-7 CLOSEOL3T REQ13IftENL�NTS Page 1 oF 3 1 2 3 PARTI- GENERAL 4 1,1 SUMMARY 5 6 7 $ 9 ia ]I 12 1.x SECTION 017719 CLO�EOUT REQUIREMENTS A. Section Includes: 1. The procedure for closing out a cont�•act B. De�iations from this City of �orf Warth Standaxd Specification 1. None. C. Related Speczfication Sections include, but are not necessariIy Iimited to: 1. Division fl— Bidding Requirements, Cantract Forms and Condztions o�the Cantract 2. Division 1-- General Requirements PRICE AND P�YIVI�NT PROCEDUR�S 13 A. Measurement and Paymenfi ] 4 1. Work associated with this Item is eonsidered subsidiar� to the various Iterns bid. 15 No separate payment will be allawed for this Ite�n. 16 1.3 REFERENCES [NOT USED] ]'7 1.4 ADiVIINI5TRATTVE REQiJIR�MENTS 18 19 20 21 22 23 2�} 25 1.5 2G A. Guarantees, Bands and Af�davits 1. Na application for iinal payment wiIl be aecepted until aIl �uarantees, bonds, certif'icates, Iicenses and af'fidavits requixe� for Work ox equipxnent as s�ecified ara satisfactorily filed with the Cit�. B. R�lease of Liens nr Claims 1, No applicataon for final payz�aent will be accepted until satisfacto�y evidence ai release of Iiens has been submitted #o the City. SUBNIITTALS A. Submit a�l required documentation to City's Project Aepreseiitative, CI1'X OF FQRT WORTH For� Worth Nature Center & Refuge Boardwalk Phese II ST�1�iDArt17 COrISTRUCTION SP�CI�'TCATION DOCi?M�I�1`I'S City Prqject No. ] 02320 �Le�ised March 22, 2�21 0177 i9-2 CLQSEOUT REQUIREiVIENTS Fage 2 of 3 1.6 INFORMATIONAL SUBNIITTALS jNOT USED] 2 1.� CLOSEOLTT SUBNIITTALS [NOT USED] 3 PART � - PRODUCTS [NOT iTSED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMIl�ATION [NOT USED] 7 3.3 PREPARATIdN [NOT USED] 8 9 10 lI 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 3.4 CLOSEOUT PROCEDiJRE A. Prior to requesting Final Inspection, submit: I. Project Record Docurnen�s in accardance with Section O1 78 39 2. dperat�on and Maintenance Data, if required, in accordance with Seation O1 78 23 B. Prior io requesting FinaI Inspectian, perform fnal cleaning in accordance with Section O1 74 23. C. Final Inspection c3 4. 5. 1. After fnal cleaning, provide notice ta tlae City Pxoject Representative that the Work is completed. a. The City will make an initial Final Inspection with the Canfiractor present. b. i7pon completion of this inspection, the City vvill not�i{'y the Contractar, in writing within 10 busin�ss days, of any particulars in which this inspeotion reveals that the Wark is defective or incomplete. 2. Upon receiving written nofice from the City, imrnediately undartake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. The Right-of-way shall be cleared af all construction mat�rials, barricades, and temporary signage. Upon complation of Work assaciated with the items listed in the Ciiy's written notice, infvrm the City, #�at the required Work has been completed. Upon receipt of tlus notiee, ihe City, in the presence of the Contractar, will make a subsequent Final Inspeetion af the project. � Provide all special accessories xequired to place each item of �quipment in full operation. These sp�cial accessgry ite�ns include, bnt are not limited to: a. Speci�'ied spar� parts b. Adequate oiI anc3 grease as required far the first lubrication of the equipment c. Initial iill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels GI"I'Y OF FORT WORTH Fort Wortl� Nahue Center & Refuge Boardwallc Phase [I STANbATZD CdNSTRUCTION SPECIFICATIOi�f DaCUME�ITS City Project i�io. 10232U Revised MarCh 22, 2Q21 017719-3 CLOSEOUT REQUIREMSNTS Page 3 of 3 1 2 3 4 5 b 7 8 9 10 11 I2 13 14 15 16 l7 18 X4 2Q 3.� h. Other �pendable items as required for initial start-up and aperation of all equipment D. Notice of Project Completian 1, Once �e City Praject Representative imds the Work subsequent ta Final Inspectinn to be satisfactory, the City will issue a Notzc� of Projeet Completion (Green S�aeet). E. Sapporting Documentation I. Coordinate wifhthe City Project Representative to complete the falIowing additional forms: a. Final Pay�nent R�quest b. Statement of Coniract Time c, Affidavzt of Payxn.ent and Release of Liens d. Conseiit of Surety to Final Payment e. Pipe Repor� {if req�ired} f. Contractor's Evaluation of City g. �erfarmance Evaluation of Contractor F, Letter of Final Aceeptance l. Upon review and acceptance ofNatice ofFroject Cornpletion and Supporting Documenta�ion, in accordance with General Conditions, City �vill issue Letter of Final Acceptance and release tlae Final Paymeilt Request for payment. REPAIR / RESTORATION [N�T USED] 21 3.6 RE-INSTALLATIQN [N�T U�ED] 22 3.9 FIELD �o�x] STTE QUALITY CONTROL [N�T U$ED] 23 3.S SYSTEM STARTUP [NOT USEDj 24 3.9 ADJUSTING [NOT USED] 25 26 27 28 29 30 END OF SECTION Revisian Log DATE N11ME SUMNIARY OF GHAIVGE 3/22/2021 M. Owen 3.4.0 Added language to clarify and emphasiza requirement to "Clearing ROW" 31 3.1U CLEANING jNOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PR�TECTION [1�IOT USED] 3.13 11'IAINTENANCE [NOT iTSED] 3.14 ATTACHMENTS [N�T USED] CITY pF FORT WORTH Part Worth Nalure Center & Refuge Hoardwaik Phase Ti STANDAIiD CQNSTRUCTIOi�I SPECIFICATION DOCUMENT3 CiYy PrajectNo. 102326 Revised March 22, 2021 oi�sza-i OPERA'�ION AND MAINTBAIANCE DATA Page I of5 1 2 3 PART 1- GENERAL � 1.1 SUNIlVIARY 5 6 7 8 9 10 11 12 13 14 1S Ib l7 1..� 18 19 20 21 1.3 SECTION Ol. `�8 23 OPERATION AND 1VIAINTENANCE DATA A. Section Includes: 1. Product data and related information appropriate far Ciiy's maintenance and operation of products furnished under Contract 2. Such praducts may i�clude, but are not limited to: a. Traffic Controllers b. Irrigatian Cont�rollers (to be operated by the City} o. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specifica�ion 1. None. C. Relat�d Specification Sectior�s include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Candition,s of the Cantract 2. Division 1— General Requirements PRICE AND PAI'MENT PROCEDURES A. Measurement and Paym�nt 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. RE�'ERENCES [NOT USED] 22 i.� ADMINISTRATNE REQUIREMENTS 23 A. Schedule 24 1. Submit man�al� in final form to the City witl�in 30 calendar days of product 25 shipznent to the project site. 2G 1.� SUBNIITTALS 27 A. Submittals shall b� in accordanca with Saction O1 33 OQ . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBNIITTALS 30 31 32 33 34 35 36 37 A. 5ubmittal Form 1. Prepare data in form of an instructional manual for use hy City personneI. 2. Format a. Size: 8'/2 inclxes x 1 l inche�s b. Paper 1) 40 pound ininimum, white, far typed pages 2) Holes reinforced with plastic, elath ar metal c. Text: Man�facturer's printed data, or neatly typewritten CITY OF FORT WORTH Fort Worth Nature Center & Aefuge Boardwallc Pl�ase II STANDAItll CONSTRUC7'ION SP�CIFICATION DOCUMEEA€TS City ProjactNo. 102324 Revised becember20, 2U12 dt 7823.-2 QPERATIDN AND Mt1INTENANCEDATA Page 2 af 5 1 2 3 � 5 6 7 S 9 10 1i 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 4Q 4I 42 43 44 45 46 47 48 3 4 d. Drawings 1) Provide xeinforced 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 d�scription of product, and rnajor cornponent parts b.f equipment. 2} Provide indexed tabs. £ Cover 1) Identify each valume with typed or printed titIe "OPERATIlVG AND MAINTENANCE INS'PRi7CTIONS". 2) List: a) Title ofProject b) Identity of separate structure as applicable c) Identiiy of general sub3ect matter cov�red in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable pIastic covers b, When multzple binders are used, carr�late the data nito relatad coiisistent groupings. If availabie, provide an. alectranic form of the O&M Manual. B. Manual Conte�t I. Nea#�y typewritten table of cantents for each voluu�e, arranged in systematic arder a. Contractor, name of responsible principal, address and telephone number b. A list af each product required to be incIuded, indexed to conten� of the valume c. List, with each product: 1) The name, address and telephone numbar of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area af responsibility of each 4) Local source of supply for parts and replacement d. Identify each praduet by product nanne and other idenfifying s}rrnbols as set forth in Contract Dncuments. 2. Product Data a. Includ�e only those sheets which are pertinent to tlie specific product. b. Annotate each sheet tn: 1} Clearly identi�y speci�c product ar part installed 2) CI�arly identify data applicable to insfiallation 3} Delete references to inapplicable infarmation 3. Dra�vings a. Supplem�nt praduct data with drawings as necessary to clearl�r illustrate: 1} Relations af co�aaponent paxt� of equipment and systems 2} Confrol and flow diagrams b. C.oardinate drawings with infornnation in Praject Re.cord Dacum�nts to assure correct illustration of completed installation. c. Do not use Project Record Drarvings as maintenance drawings. 4. Written text, as xequi�red to supplement product data for the particular instalIation: a. Organize in consisient format under separate headings for different procedures. b_ Provide logical �equence of instzuctions of each procedure. C]TY OF FORT W�RTI� Fort Worth Nature Center c4z Refuge Boardwalk Phase II STp13VDARD CO?�f3TRUCTION SPEC�PICATION DOCCTMENTS City Praject No, 102320 Revised I3ecember20, 2�12 01 78 23 - 3 OF�RATI�N AND N�AINTLNANCE DATA Page 3 of S I 5. Capy of each warranty, bond and service coniract issued 2 a. Provide information sheet for City personnei giving: 3 1) Proper procedure� in event of failure 4 2) Insiances �hich might affect validity of warranties or bonds 5 C. Manual fnr Materials and Finishes 6 1. Sub�nit 5 copies of complate cnanual in f nal forn�. 7 2_ Content, far architectural produ�ts, appliEd rnaterials and finishes: 8 a. Manufacturer's data, giving full inforrna#ion on products 9 1} Catalog number, size, co�position 10 2} Colar and tex#ure designations 11 3} Information required for reordering special manufactured products 12 b. Instructions for care and maintenanc.e 13 1) Manufacturer's recoFnmendarion for t�pes of cleaning agents and rnethods 14 2} Cautions against cicaning agents and methods which are detrimental to 1 S prociuct l 6 3} Recammended schedule for cleaning and maintenance 17 3. Content, for nnoisture protection and w�ather exposure products: 18 a. Manufachirer's data, giving fi�ll infarmation on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspeciio�, maintenance and repair 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 44 45 4G 47 48 D. Manual for Equipznent and Systems 1. Submit 5 capies of complete manual in final form. 2. Content, far each unit af equipment and system, as appropriate: a. Descriptian o.f unit and componenf parts 1} Funetion, normal aperatzng characteristics and limiting conditions 2) Performance curves, engin�ering data and tests 3) Cornplete nomenclature and comrnercial number of replaceable parts b. Operating prQcedures 1) Start-ezp, break-in, routine and normal operating instructions 2) Regulation, con�rol, stopping, shut-down and emergency instructions 3) Summer and winter operating inst�uctions 4) Special operating instructions c. Maint�naI1G8 �rOCeClu�S d, e. f. �• h. 1) Routine operations 2} Guide to "trouble shooting" 3} DisassembIy, repair and reassembly 4) Alignrnent, adjusting and checking Servicing and lubrication schedule 1) List of lubricants required Manufacturer's printed operafiing and maintenance instructions Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommend�d io be stocked as spare parts As installed control diagra�as by controls manufacturer Each c�ntractor's coordina�ion drawings 1} As installed colar coded piping diagrams CITY OP FdRT WORTH Fort Wurth Naiure Center & Re£uga Boardwalk Phase iI STANI)ARD CONSTRUCTlON BPECIFICATION DOCiIMENTS City Prnject No. 1Q232D Revised Decemher 2,0, 2012 017623-4 OPERATION AND MAiI�ITEN�NCE DATA Page 4 of 5 1 2 3 4 S 6 7 8 9 10 11 12 13 14 1S lb 17 18 19 20 az 22 23 24 25 26 27 28 29 3 4 i. Charts of valve tag nu�nbers, with location and function of each valve j. List af original manufacturer's spare parts, manuiacturer's currcnt prices, and recammended quantities ta be maintai�ed in storage k. Other data as required under psrtinent Sections af Specifications Content, �ar each electric and elec�ronic system, as appropriate: a. Description af system and componant parts 1) Function, narmal operating cl�aracteristics, and limiting conditian� 2) Performanee curves, engineering data ancl tests 3) Complate nomenclature and commereial number of replaceable parts b. Circuit di��ectories af panelboards l } Electrical service 2) Controls 3) Corntnunications c. As instaIlad color coded wiring diagrams d. Opera#ing prvicedures 1) Routine anci normal operating insiructions 2} Sequencesrequired 3} Special aperating instructions e. Maintenance procedures 1} Routine o�erations 2} Guide fo "trouble shooting" 3} Disassembly, repair and reassemblX 4} Adjustrinent and checking £ Manufacturer's printed operating and maintenance instructions g. List of originai manufacturer's spare parts, manuiacturer's current prices, and z•enommended quantities to be maintained in storage h. Other data as reqnired under pertinent Sections ai Specifications Prepare and include additional data when the need for such data becoznes apparant during instruction of City's personnel. 30 I.7 CLOSEOUT SUBNIITTALS [NOT USED] 31 I.8 MAINT�NANCE MATERIAL SUBNIITTALS [NOT USED] 32 l .9 QiTALZTY ASSi]RANCE 33 A, Pravide operation and maintenance data by persannel with the following criteria: 3A 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical vwriter to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OP FORT WORTfi Fort Warth Natura Center & Refuge Soardwalk Phase II STANDARD CfiNSTRUCTIDN SPECIPICATION DCICLTMENTS City Project No, 1p2320 Revised December 20, 2012 017&23-5 qPERATTQN AND ]vIAIN'I'EI�ANCE DATA Page 5 of5 i 1 1.10 DELIVERY, �TORAGE, AND AANDLING [NOT U�ED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.1� WARRANTY [NOT USED] 4 PART 2- PRnDUCTS [NOT IISED] 5 PART 3- EXECUT�ON [NOT USED] 6 7 END OF SECTION Re�ision Log DATE NAME SUMMARY OF CHANGE 8/31/2612 D. Johnson 1.S.A.1--title of section removed 8 CITY OF FORT WDRTH STA�VL)ARD CONSTRUCTIOt�f SPECIFICATI�N DOCUNi�I�fTS Revisad Dacemher 20, 2012 Eort Woril� Nature Cenfer 8c Refuge Baardwalk Phase II City ProjectNo. 1Q2320 017839-1 PR07�CT IiECORD DflCUMENTS Paga ] of 4 1 2 3 PART 1- GENE1tAL �4 1.1 SUMMARY S�CTION OI '78 39 PROJECT RECORD DOCUMENTS 5 A. Section Includes: 6 l. Work associated with the documenting the project and recordzng changes to pro�ect 7 doeuments, includin:g: 8 a. Record Drawings 9 b. Water Mcter Service Reports 10 c. Sarutary Sewer Service Reports 1 I d. L,arge Water Meter Reports 12 B, Deviations fram ihis City oiFort Worth Standard Specifcation 13 1. None. 14 C, ReIated Specification Sections include, b�t are nat necessarily limi�ed to; 15 1. Division 0— Bid�ing Requirements, Con�ract Forms and Conditions oftha Contract 16 2. D�ision 1— G�n�ral Requirernents 17 L� PRICE AND PAYMENT PROCEDURES 18 A. Measureznent atzd Pa�+m�nt 19 1. Work associated with this Item is considered subsidiary to the various I�ems bid. 20 No sepai�ate payment wiI] be allowed for this Itarn. 21 1.3 REFERENCES [NOT USED] 22 23 1.4 ADNIINISTRATIVE 1tCQULREMENT� [NOT USED] LS SUBMITTALS 24 A. Prior to submitting a reques# far Final Inspection, deliver PraJect Record Docu:txienfs to 2S City's Proj ect Representative. 26 l.b ACTYON SUBNIITTALS/INFQRMATIONAL SUBNIITTAL� [NOT USED] 27 28 29 30 3l 32 33 34 35 36 1.7 CLO�EOUT SUBMI'TTALS [NOT USED] 1,8 MAINTENANCE N.[ATERIAL SUSNIITTALS (NOT USED] 1.9 QUALITY ASSiTR.ANCE A. Accuracy of Records 1. Thoraughly coordinate ahanges within the Record Docum�nts, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required ta shaw fha change properly. 2. Accuracy oirecords shall be such that fuiure search for items shown. in the Contract Docuz�nents rnay rely reasonahly on information obt�ined fi•oxrz the appraved Pralect Record Documents. CITY OF FORT WORTH Fort Wortit Nature Center & Refuge Boardwa][c Phase II STANDARD CONSTRUCTION SPECTFICATION I]OCUMENTS City Project Mo, 1U2320 Ravised duly 1, 2011 ,� 017839-2 PROJECT RECORD DOCUMENTS Rage 2 of 4 1 2 3 4 5 C� 7 8 � �a ll 12 13 14 1S 16 Lll FIELD [SITE] CONDITIONS [NOT USED] 3. To facilitate accuracy of records, znake entries within 24 hours after receipt of in%rmation that th� change has occurred. � 4. Provide factual infornnation regarding all aspects nf the Work, both concealed and visible, to enable future modif'ication af the Work ta proceed witlaout lengihy and expensive site rrteasurement. investigation and e�amination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Rccord Docurnents campletely prfltected from deterioration and from loss and damage uaa�il conapletion of the Wnrk and transfer of all recorded data to the final Project Record Documents. 2. Tn the event af loss o�recarded data, use means necessary ta again seeure the data ta �he City's approval. a. In such case, provide replacements to the standards originally required by fi11e Contract Documents. 1.1� WARRANTY �NOT USED] i7 PART � - PRODUCTS 18 2.1 OWNER-FURNT,SHED [oR] O'WNER-SUPPLIED PRODUCTS [NOT USED] 19 20 21 22 23 24 25 26 27 2.2 RECORD DOCUMENTS A. 3ob set 1. Promptly following receipt of the Notice to Proceed, secure frain the City, at no charge to the Contractor, 1 complet� s�t of all Documents comprising the Coniract. B. Final Record Documents 1. At a time nearing the completion of t�e Work and prior to Final Inspection, provide the Ciiy 1 complet� set of all Final Record Drawings in the Contract. 2.3 ACCE.SSORIES [1vOT USED] �.4 SOURCE QUALITY CONTROL [NOT U�ED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS jNOT U�ED] • 30 31 32 33 34 35 3.� EXAIVIINATI01� [NOT USED] 3.3 PR.EPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance o#' Sob Set 1. Izn.xnediately upon receipt of the j ob sei, identify each of the Documents with the title, "RECORD DOCi.TMENTS - 7�B SET". CITY OF FOAT 1TVaRTI3 Fort Worth Nature Center & Rcfuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIFICAITON DOCUMENTS City Project Na. 102320 Revised July l, 2D i 1 017834-3 PROdECT RECORD DOCUMENTS Page 3 ai4 2 4 5 2. Px�eservation a. Considering the Contract completion t�me, the probable number af occasions upon which �he job set must be taken a�zt for new entries and far examination, and the conditions under whieh thase activities will be perfarmed, der�ise a suitable metho� for protecting the job sei. b. Do not usa the job sat far any purposa except �ntry of ne�v data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain tha job set at the szte ofwork. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals sct forth in Section 01 71 23, 1] clearrly tnark an� devzations from Contract Docuznents associated with 12 installation of fhe infrastructure. 13 14 15 lfi 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3.9 40 41 42 4. Making enfiries on Drawings a. Recozd any deviations from Contract Documents. b. Use an erasable colared pencil(not ink or indelible pencil), clea�•ly describe the change by graphic lzne and note as required. c. Date alI entries. d. Cal1 attention to the entry by a"cloud" draw� araund the area or areas affected. e. In the event af overlapping changes, use different colors for the overlapping chan�es. S. Convexsion of schematzc layouts a. In sorne cases an the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are sho�vn schematically and are not intended #o portray precise physical layou�. 1) Final physical arrangem�nt is d�termined by the Contractor, subjec# #o the City's appraval. 2) Hawe�er, design of future modificafions of �l�e facility may rreguire accurate information as to the final physical layout of items which are shawn only scliematically on the Drawings. b. Show a.n �e job se# of Record Dravvings, by dimension accurate ta within 1 inch, the centerline af each run of items, 1) Final physical arrangemet�t is determined by t�xe Contxactor, subject to the City's approval, 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in cailing plenum", "exposed", and the like). 3) Make all identificatian sufficiently descriptive that it may be reIated reliably to the Specifications. c. The City may waive the requirements for conversian of schematic layouts where, in the City's judginent, convarsion ser�es no useful puzpose. Hovvever, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Recard Docurnents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Dtawings to the 45 corresponding �'inal documents, caordinating the changes as required. 46 b. Clearly indicate at each afFected detail and other Drawing a full description of 47 changes made during const�uction, and the actual loeation of itezns. CIT'X qF F'ORT WOR1'I-I Fort Worth IVature Center & Refiige Boardwalk Phase Il STANDARD CONSTRi3CTI0N SPECIPICATION DOCUNiENTS City Project No. 1OZ320 Revised 7uly 1, 2Ull 417839-4 PROTECT RECORD DOCUMET]T5 Page 4 of 4 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Ib 17 18 I9 2D 21 22 23 24 25 26 c. CaII atten�ion to each antry 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 repr�ductian. 2. Transfer of data to other pocuments a. If the Dacvrr�ents, other than Drawings, have been kept clean during pragress of fhe Wark, and if entrzes thereon have be�n orderly to the approval of the City, the j ob se# of those Documents, ather than Drawings, will be accapted as final Record Dvcuments. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the Ciiy's usual charge for repraduction and handling, and carefully transfer the change data to the new copy ta the appraval of tfie City. , 3.5 REPAYR I RESTORATYON [NOT USED] 3.b RE-INSTALLATIQN [N�T iT,SED] 3.'� Fl�LD [ott] ST�E QUALITY CONTROL [NOT USEDj 3.� SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [1VOT USED] 3.1D CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31� PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 314 ATTAC�3MENTS [NOT USED] END OF SECTYON Revision Log DATE NAME ST.]MMARY QF CHANG� CI'fY aF FORT WORTH Fort Worth Nature Cenler 8c Refuge Boardwalk Phase 11 STANI]ARD C�N3TRUCT1pN SPECIF'ICATIflN I30C[1NfENTS City Praject No. 102320 Revised July 1, 2D I1 02 �F1 ] 3 - 1 SEL�CTNB SIT� DENiOLfTTOI�I Page 1 of 5 i 2 3 PART1- GENERAL 4 � .l SUMMARY S 6 7 8 9 10 11 12 13 14 1S ld 17 SECTI�N 0� 41 13 SELECTIVE SITE DEMOLITrON A. Section Includes: 1. Removing sidewaIks and steps 2. Removing ADA ramps and landings 3, Removing driveways 4. Removing fences 5. Removing guardrail 6. Remo�ving retaining walls (less than 4%et tall) 7, Rernoving mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures ineIuding porches and %ur�dations 10. Disposal af removed materiais B. Deviations this fro�n City of Fart Worth Standard �pecifieation 1. None. 18 C. Related Specification Sections include, but are no# necessarily limited to: 19 1. Division 0— Bidding R�quirem�nts, Contract Forms, and Conditions oithe 20 Contract 2I 2. Division 1— General Requirements 22 3. Section 31 23 23 — Borrow 23 1.2 PRICE AND PAYMENT PROC�DURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurernnent and Payzn�nt 1. Measurement a. Remove Sidewalk: Measure by square faot. b. Renn�a�e Steps: measur� b� the square foot as s�en in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Deteetable Warning Surfac�: m�asure by each e. Remove Dri�e�vay: measure by the square foot by type. f. Remo�e Fence: measure by the l.inear foot. g. Remove Guardrail: measu�•e by the linear foat along �e faee of tlae rail in place including metaI beam guard fence transitions and singIe guard raiI terminal sections from th� center of e�d posts. h. Remo�e Retaining Wall (less than 4 feet tall): measure by the linear foot i. Remova Mailbox, Remove and Replace Mailbox, and Relocate Mailbox: measure by each. j. Re�na�e Rip Rap: measure by fihe square foot. k. Remave Miscel.la�eaus Conerete Structure: measure by the lurmp sum. 2. 1'ayment CITY OF FORT WORTH Fart Worlh Naturc Center & RePuge Hoardwa[k PEzase Ii STANDARB CONSTRUCTIO?�1 SPE.CIFICATIO�f D4Ci1MENTS PrnjeetNo. 10232U Ravised March I 1, 2022 024113-2 SELECTIVE SITE DEMbLI710N Page 2 of 5 2 4 5 6 7 9 l.D 11 12 13 14 15 16 17 18 19 20 21 az 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 41 42 43 44 45 46 47 48 49 sa a. b. c. � e. � �• h. i. k. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labar and iz�cidentals needed to e�ecute work. Sidewalk adjacent to or attached to retaining waIl (including sidewalk that acts as a wall footing) shall be paid as sidewalk remo�at. For utiliLy projects, this Item shall be considered suhsidiary to the trench and no other compensation will be atlowed. Reznove Steps: �ull corrxpensat�an for saw cutting, removal, hau3ing, disposal, tools, equipmes�t, labor and incidentals needed to execute work. For utility projects, this ItemE shali he considered subsidiary to the trench amd na other compensation will be allowed. Rarnove ADA Ramp and landing: fiili compensation for saw cutting, removal, hauling, disposal, taols, equipment, labar and incidentals needed ta execute work. Work includes eamp landing removal. For utility projects, this Item shall be considered subsidiary io the trench and no other cvmpensa�ion will be allowed. Remove Detectable VWarning Surface: full compensation far removal, hauling, dispasal, too�s, equipm.en�, labor and incide:ntals needed to execute work. Work includes detectable w��nu�g surface removal from ramp. Remove Drivevvay: full comp�nsation for saw cutting, r�lnaval, hauiing, dispasal, tools, eq�ipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be cansidered subsidiary #o #he trench and no at,�er ca:�zzpensation wzll be allowed. Remove Fence: ful� compensatian for removal, hauling, disposal, tools, equipment, labor and incidentais needed to remove fence. For utility projeets, this Item shall be considered subsidiary ta the trench and no other compensation will be allowed. Remove Guardrail: fu11 compensation %r remaving tnaterials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling ihe posthoies; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. Re�x►ove Ret�ining Wall (less than 4 fe�t ta11): full eompensatian �or saw cutting, remoual, hauIing, disposal, tools, equipment, labox and incidentals needed to execute work. �idewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) sha11 be paid as sidewalk removal. For utiiity projects, this Item shall be considered subsidiary to t1�e trench at�d no aF.her compensation will be aIlowed. Rermo�0 Mazlbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility prolects, this I�em shall be considered subsidiary to the trench and no other campensation wi11 be allowed. Remave and Replace Mailbox and Relocate Mailbox: full cdmpensation for removal, hauling, disposal or relocation, and insYal�ation or construction of replacement, toals, equipment, labor and incidentals needad to executa work for different types: iraditional pipe and mailbox or briek mailbox, at equ�.l or better conditian an completion Remove TZip Rap; full compensa#ion for saw cu#ting, removal, haulin�, disposal, tools, equipment, lahor and incidentals needed to execute work. For utility projects, this Item shall be �onside�red subsidiary to the lxench and no other compensation will be al]owed. CIi'Y DP FORT WORTH Fort WorHt Nature Center & Refuge Soardwalk Phase ll ST,ANI],ARA CONS'CRUCTION SPECIFICATIDN DOCUMENTS ProjectNo. 102320 Revised i�/Iarch I 1, 20?2 02 41 13 - 3 SEL�CTIVE SITE AF�IvIO7.,ITIpN Page 3 of 5 1 2 3 4 I. Remove Miscellaneaus Concrete Structure: full compensation for saw cutting,. rremoval, hauling, disposal, tools, equzpment, labor and incidez�tals needed to execute wark. For u�ility projects, this Item shall be considered subsidiary to the irench and no othar compensation will he allowed. 5 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 8 pavers. 9 1.4 ADIVIINISTRAT�VE REQUIl2EMENTS [N�T USEDI 10 1.5 SUSNIITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUSNIITTALS [NOT USED] 13 1..8 MA.INTEN.ANCE MA.T�RIAL SiIBNIITTALS [NOT USED] 14 � .9 QUALITY ASSUR.ANCE �1�TOT USED] 15 ].lfl DELNERY, STORA.GE, AND R�NDLING [N(?T USED] lb 1.I1 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12. WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 �.1 OWNER-FiTRl�iISHED PRODUCTS [NOT USEDJ 20 �.� MATERTAI�S 21 A. FiII Material: Se� Section 3l 23 23. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 2f 27 28 29 30 31 32 33 34 35 3.1 INSTALLERS [N[)T USED] 3.� EXAIVIINATI�N �N�T U�ED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove �idewalk 1. Remnv� sidewalk to nearest existing dummy, expansion nr construction jaint. 2. Sawcut when rea�noving to nearest joint is not practical. See 3.4.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or constructi4n joint. 2. Sawcut when removing to nearest joint is not practica�. See 3.4.K. C. Remove ADA Ramp CITX OF FORT WOIt'I'�I Port Worth Nainre Center & Refuge Boardwalk Phase II STAAIbAI2T] COI�I5TI2CJCTIOI� SPBCI�'ICATION DOCl.liu�l?NTS ProjectlVo, 102320 Revised Mareh 11, 26�2 924113-4 SEI,EC'1`IV E SI'I'E AEMOLITIOI�I Page 4 af 5 1 2 3 4 5 6 7 S 9 10 11 12 13 14 IS l6 17 18 19 2a 21 22 23 24 2S 26 27 28 29 30 31 32 1. Sa�vcut existing curb and gutter and pavemen� pr�or to wheel chair ramp removal. See 3.4.K. 2. Rernove ramp to nearest e�cisting dummy, expansion or construction�oint on existing sid�walk. D. Remove Deiectable Warning Surface 1. Rempve ald detectable warning surface from ramp, incluaing either pav�rs or prefabricated panels 2. Clean any glue or residue from the surface E. Remove Driveway 1. Sawcut e�isting dri�e, curb and gutCer and pavement prior to drive removal. See 3 .4..K. 2. Rernove drive to nearest existing dummy, expansion or conshuction joint. 3. Sawcut when retnoving ta nearest joint is not practical. See 3.4.K. �l. Remove adjacent szdewall� to n.earest existing dummy, 0�pansion or constructian joint on existing sidewalk. �r . Remove Fence 1. Remove all fence components above and beIow ground and backfill with acceptable fill material. 2. �.Tse caution in removing and sal�aging fenee materials. 3. Salvaged materials may be used to reconstruct fence as appxoved by City or as showvn on Drawings. 4. Contractar responsihle for keeping animals (livestock, pets, etc.) within the fenced areas during construction operatzo�a a�d while re:nr�oving fenc�s. G. Remove Guarcirail 1. Remov� rail �lements in originallengths. 2. Remove fittings frozn the posts and the metal rail and then pt�i1 the posts. 3, Do z�ot inar ar daznage salvageable materia�s during removal. 4. Completely remove posts and any eancrete surrounding the posts. 5. Fut�ish backfill material antcl backfill fhe hole with material equal iri compositian and densiiy to the st�rrounding soil unless otherwise directed. 6. Cut off or bend dowr� eyebolts anchored to the dead man to an elevaiion at least 1- foot below the new subgrade elevatian and leave in place along with the dead man. 33 H. Remove Retaining Wall (less than 4 feet tall) 34 1. Remove wall to nearest existing joint. 35 2. Sawcuf when removing to nearest joint is not practical. See 3.4.K. 36 3. Remaval include� all cotnponents of the retaining wall including foatings. 37 4. Sidewaik adjacent to or attached to retaining wall: See 3.4.A 38 I. Remove Mailbox 39 1. Sak�age existing materials for reuse. Mailbox materials may need to be used for 40 reconstruction. 41 J. Remove Rip Rap CITY OF FOR'I' WORTH Fort Worth Nature Center 8c Refuge Boardwalk Phase [I STANDARI] COI+ISTIZUCTTbN SPECIFICATION DOCUIVIENTS ProjectNo. 102320 Revised March 1 S, 2022 azai i3-s s��.�cT�v� si� ��Mar,zTTaN ea�e s ��s 1 1. Remove rip rap to nearest eXisting dummy, expansion or construction joint, 2 2. Sawcut when removing to nearest jaint is nat practical. See 3.4.K. 3 K. Removs Miscellaneous Concrete Structure 4 1. Remove portions of miscellaneous concrete structures including �oundations and S slabs that do not interfere with proposed construction to 2 feet bela�v the finished 6 ground Iine. 7 2. Cut reiaforcemeut close tv the partion of the concrete to remain in place. $ 3. Break or perfarate the bottom of siructures to remain to prevent the enfrapment of 9 r�+ater. 10 L. Sa�wcut I I l. 5awing Equipment 12 a. Power-driven 13 b. Manufactured for the purpose of sawing pavement 1� c. In good operating condition IS d. Sl�all no� spall or fracture ti�e pavement to the remaval area 16 2. Sawcut perpendicular to the surface cor�pietely tlu�ough existing pa�ement. 17 3.� REPAIR [NOT U�ED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM �TARTLIP [NOT USED] 21 22 3.9 AD.TUSTING [NOT USED] 3.10 CLEANING [NOT USED� 23 311 CLO5EOiTT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 313 MAINTENANCE [NDT U�ED] 26 3.I.4 ATTAC�EIMENTS �NOT USED] 2� 28 i��ni���yx�rc�1.� Aevision Log DATE NAME SUMMA.RY OF CHANGE 12/20/20I2 D.lohnson 1.2.A.2. Modified Payment - Itexns wil1 be subsidiary to k•anch on utility projects 3/11/2022 M Owen 15 Hobbs �'dded m�asurement and payment for Remave and Replace Mailbox and It�locate Mailbox and Remo�e Detectable Waining 5tarface 29 CITY OF FORT WORTH Fort Wor�h I�Iafurc Center & Rafuge Soardwalk Phas� II S�AAiDARD CONSTRUCTION SPECII'ICATIqN DpCiJM�?NTS ProjectNo. 102320 Revised March 11, 2fl22 oza� �s-i PAVING REMOVAI. Page 1 of g 1 2 3 PART1- GENERAL 4 1.1 Si7MMARY sECTTON o� �� x� PAVING REMOVAL 5 A. Sectioz� Includes: 6 1. Removing concrete paving, asphalt paving and brick paving 7 2. Removing concrete curb and gutter S 3. Ramoving concr�te valley gutter 9 4. Milling roadway �aving 10 5. Pulverizatzon of existing pavement 11 6. Disposal of removed materials 12 13 14 15 16 I7 B. Deviations from this City of Fort Worth Standard Specificatian 1. Nvne. C. Related Specif cation 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 11 33 - Cement Treated Base Courses 18 1.� PRICE AND PAYII�NT PROCEDiJRES 19 A. Measurement and Payment 20 1. Measurement 21 a. R�move Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: xneasure by the square yard between the lips of 24 gutters. 2S c. Ramove Brick Paving: measura by the syuare yard. 26 d. Remove Concrete Curb and Gutier: rneasure hy the linear foot. 27 e. Remove Concrete Vailey Gntter: tneasure by the square ya�rd 28 f. Wedge Milling: measure by the square yard for varyir3g thickness. 29 g. Surface Milling: measure by the square ya�d for varying thickness. 30 h. Butt 1Vlilling: measured by the linear foot. 31 i. Pavement Pulverization: meas�are by the square yard. 32 j, Remove 5peed Cushian: measure by each. 33 34 35 36 37 38 39 40 �F 1 2. Payment a. Remove Concrate Paving: full compensation for saw cutting, remo�aI, hauling, disposal, tools, equipmant, lahor and incide�tals needed to execute work. For utility projects, this Item shal( be considered subsidiary to tha trench and no ofiher cornpensation will b� allowed. b. Remove Asp�alt Pa�ing: full co�npansat�on for saw cutting, removal, haulrng, disposal, tools, equipment, labor and incidentals needed to execute �vork. For utility projects, fihis Ite�n shall he considered subsidiary to the trench and no other compensation will be allowed. CI7'P QI' FOKT VirQATH Fart Worth Nature Canter & Refuge Saardwallc Pkase II STANDARD CONSTRUCTIOId SPECIFICATION DQ�CUME[�S5 City Praject No. 162320 Revised February 2, 2016 0241 I5-2 PAVING 12EIvIOVAL Page 2 of d 1 c. Remove Brick Paving: full compensation for saw cutfiing, removal, salvaging, 2 cleaning, �aulitag, disposal, tools, equiprnent, labor and incidentals needed ta 3 execute work. For utility pro�ects, this Item shall be cons.idered subsidiary to� 4 the trench and no other cornpensatian will be allowed. 5 d. Remove Conerete Curb and Gutter: fuil compensation for saw cuiting, i•emoval, 6 hauling, disposal, tools, equipmen� labor and incid�ntals needed io execute 7 work. For utility projects, this Itsm shall be considered subsidiary to the firench S and no ofiher compansation wiIl be allowed. 9 e. Rerz�ove Concret� Valley Gutter: full compensation for saw cutting, removal, I O hauling, dispasal, tooIs, equipment, labor and incidentals needed io execute I I work. 12 f. Wedge Milling: full compensatian for aIl milling,. hauling milled material to I3 salvage stockpile or disposal, tools, labar, equipment and zncidentals necessary I4 to execute the wor�C, IS g. Surfac.� Milling: full comp�nsatian for all milling, hauliz�g �nnilled �ateria] to 16 salvage stockpile ar dispasal, toals, labor, equipment and incidentals necessary 17 to execu#e the work. 1 S h. Butt Milling: full compensatzon for all milling, hauling milled material to 19 sal�age stockpile or disposal, tools, labor, equipment and incidenfials necessary 20 to execute the work. 21 i. Pavement Pulverization: full campensation for ail labor, materia�, equiprnent, 22 tools and incidentals n�cessa�y to pulvarize, remove and stare the pulverized 23 material, undercut tl�e base, mixiug, compaetian, haul off, sweep, and dispose 24 of the undercut material. 25 j_ Remave speed cushion: ful� compensation for rernoval, hauIing, disposal, 26 tooIs, equipment, labor, and incidentals ne.eded to execute the work. For utility 27 projects, this Itam shaIl be considered subsidzazy to the trench and n4 ather 2& e4mpensation will be allowed. 29 k. No paymeni for savv cut�ing of pauement or curbs and gutters will be made 30 under this section. Include cost of such work in unit prices for items listed in 3 I bid form requiring saw cutting. 32 !. No payment will be made for wark Qutside maacimum payment limits indicateci 33 on plans, or for pavements or structures removed for CONTRACTOR's 34 convenience. 35 1.3 REFERENCES 36 A. ASTM International (ASTM}: 37 a. D698, Stan�ard Test h�lethods for Laboratory Compaction Characteristics oi 38 Soi1 Using Standard Effart {12 400 ft-lbf/ft3 (600 kN-nalm3)) 39 I.4 ADMINISTRATIVE REQUIItEMENTS [NOT USED] 40 1.� SUBNIITTALS [NOT iTSED] 41 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 42 1.9 CLO�EOUT SUBNIITTALS [NOT U�ED] 43 �.8 MAINTENANCE MATERTAL �USMITTALS [NOT USED] 44 l.9 QiTALITY ASSiJRANCE [NOT USED] 45 1.10 DELIVERY, STORAGE, A1VD HANDLING [NOT USED] CITY 4F FpRT WQRTH Fart Worth Nahire Center & Ke£uge Boardwa[k Phase iI S'I'�DARD CONSTRUCTION SPECIFICATION DOCUMENTS City PrajectNo. 102320 12evised February 2, 2p l.b 024115-3 PAVING REMOVAL Page 3 of 6 1 2 1.1I FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 3 PART�- PRODUCTS 4 �.1 OWNER-FURI�iISHED PRODUCTS �NOT USED] 5 �.� EQUIPMENT [NOT USED] 6 �.3 ACCESSORIES [NOT USED] 7 �.4 SOi7RCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3,1 10 3.2 11 3.3 12 13 14 1S 3.4 I6 17 S8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXANIINATI�N [NOT USED] INSTALLERS [NOT USED] PREPARATION A. Gene�al: 1. Mark paving removal limits for City approval prior to begizaa�ing remaval. 2. Identify known utilities belnw grade - Stake and flag locations. PAVEMENT REMOVAL A. General. 1. Exercise cautinn to minimize damage to underground uti.lities. 2. Minimize a�annount of earth re�oved. 3. Remove paving to neatIy sawed jaints. 4. Use eare ta prevent fracturing adjacent, existing pave�nent. B. Sawing 1. Sawing Equipment. a. Po�+er-driven. b. Manufactured for the purpose of sawing paveznent. c. In good operating condition. d. Sha11 not spall or fracture the pavement str��cture adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavam�nt depth, parallel and perpendicular to existing joint. 3. Sawcut parallel ta the ori.ginal sawcut in square or rectangular fashion. 4. If a sawcut �alls wi#hin S feet of an en exi�ting duffimy joint, construction joint, saw jaint, cold joir�t, expansian joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line far the purpo�e of removing the datnaged area. C. Remo�e Concrete Paving and Concxete Valley Guttar 1. Sawcut: See 3.4.B. 2. Remove concreie to th� nearesi expansion jaint or vertical saw cut. CIT� aF FORT WORTH Fort Worth Nature Ceuter & Refuge Boardwalk Phase Tl STANDARD CQNSTRUCTiON SPECIFICA'F10NDpCUMENTS Ciry ProjecENn. 10232D Itevised Pebruary 2, 201b 024115-4 PAVING IiEMOVAL Pxge 4 aFb 1 D. Remave Cancrete Curb and Gutter 2 1. Sawcut: 5ee 3.4.B. 3 2. Minimum limits of removal: 30 inches in length. 4 E. R�move Asphalt Paving 5 1. Sawaut: See 3.4.B. 6 2. Remove pavement without disturbing the base rnaterial. 7 3. Wh�n shown on the plans or as directed, stockpile materials designa�ed as 8 salvagea6le at dasignated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by pro�iding for 10 proper drainage. 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 F. Milling l. General a. Mi11 surFaces to the d�pY.h shown in �11a plans or as directed. b. Do not damage or disfigure adjacent work or existing surface i�provements. c. Tf mi�ling exposes smooth underlying pavement surfaces, mill the srnooth surface to maka rough. d. Provide safe temgorary transition where vehicles or pedestrians must pass over the miIled edges. e. Remowe excess material and clean milled surfaces. f. Stockpi�ing of planed material will not be parmitied wifllin the right of way unless approved by the City. g. If tl�e existing base is brick and cannat be milled, remove a 5 foot width of the e�isting brick hasa. See 3.3.G. far brick paving removal. 2. Milling Equipment a. Power operated miIling machine capable af removing, irz one pass or two passes, the necessary pavernent thickness in a five-foot rninirnum width. b. Self-propelled with sufficient power, traction and stability to maintain acaurate depth of cut azid slopa. c, Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the raad�vay and discharge the cuttings into a truck, all in one operation. d. Equipped with :meaaas to control dust c:reated by ihe cutting actian. e, Equipped with a manual system pro�iding for unifarmly varying the depth of cut wlule the rnachine is in motion making it possible to cut flush ta a11 inlets, rnanholes, or o�lier obstructions within the pa�ed area. i Variable Speed iri order �o leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge. Milling and Surface Milling a. Wedge Mi11 e�sting asphalt, concrete or brick ga�emeni �rom fihe lip of gutter at a depth of 2 inches and transitianing to match #he existing pavement (0-inch cut} at a minimum width of 5 feet. b. SunFace Mill existing asphalf pa��rnen� to t�e d�pth specified, c. Provide a milled sur�ace that provides a unifor-m surface free from gouges, ridges, oil film, and other innperFections of �Narkmanship with a uniforrn textured appearance. CITY OF FaRT WO1tTH Fort VJorth Naiure Centcr & Refuge Boardwalk Phase II STANDARb CONSTRUCTION SPECIT'ICATION DqCi.1N1ENTS City Project Na. 10232U Ke�ised February 2, 2Q16 0241 iS-5 PAVING REMOVAL Yage 5 of 6 1 2 3 4 5 b 7 8 9 14 11 12 l3 14 1S 16 17 18 19 2Q 21 22 23 2� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 d. In all situations where the existing H.M.A.C. surface contacts the curh face, the wedge milling includes the removal of the exisiing asphalt covering t1�e gutter up to and alang the face of curb. e. Perfarm wedge ar surface milling opearation in. a continuous manner along bath sides of the street or as directed. �4. Butt Joint Milling a. Mill butt joints into the existing surface, ir� association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point whare the new overlay is terminated. c. Typical locations far butt jaints are at all beginning and anding points of sl;reets where paving material is removed. Priar to the milling of the butk joinis, consult r�rrth the City for proper location and limits ofthese joints. d. Sutt Milled joints are required on both sides of all railroad trac�s and concrete valley guiters, bridge deeks and culverts and all otl�er items which transverse the stre.et and end the continuity nithe asphalt surface. e. Make each but� joint 20 feet long and milled aut acrass the full width of the street section to a tapered depth of 2 inch. f. Taper tl�e milled area witl�in the 20-feet ta a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse itams. g. Provide a temporary wedge of asphalt at all hutt jaints to pro�ride a smooth ride over the bump. G. Reinove Brick Paving l. Remove z�asonry paving units to the limits specified in the plans or as direeted by the City. 2. Salvage existing Uricks for re-use, clean, palletize, and deliver to the City Stock pile yard at 33U0 Yuma Street or as directed. H. Paver�aent Pulverization 1. Pulverizatian a. Pu�verize the exis#ing pavementto depth o�8 inches. See Seetion 32 I1 33. b. Ternporarily remove and siore the $-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of $ inches from the existing pulveri�ed surfac�. 2. Cemani Application a. Use 3.5 % Portl�d cement. b. S�e Sactian 32 11 33. 3. Mixing: see Section 32 11 33. 39 4. Compact�on: see Section 32 11 33. 40 5. Finishing: see Sectian 32 11 33. 41 6. Curing: see Section 32 I1 33. 42 7. If the e�usting pavement has a combination of 10 inches of H.M.A.C. and crus�ed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize IO inches de�p. 46 c. Remove 2-ineh the total pulverized amount. CITY O�' FORT WOR'CH Fort Worth t+fature Center & Refuga Boardwalk P11ase II STANDARD CONSTRUCTION 3FECIFTCA'I'ION DOCUMENTS Ciiy Project No. 1�2320 Revised February 2, 2416 624] 15-G PAVING REM(]VAL Page 6 of 6 1 I. Remove speed cushion 2 1. Scrape ox sawcut speed cusllian from e�isting pav�meiit witho�t damaging exisiing 3 pa�ement. 4 3.5 REPAIR [NOT USED] 5 3.6 RE-iN�TALLATION [NOT USED] 6 3.'� FIELD QUALITY CONTROL [NOT iTSED] 7 3.8 SYSTEM STARTi7P jN�T USED] 8 3.9 ADJ[TSTING [NOT USED] 9 31Q CLEANING [NOT iT�ED] l0 3,11 CLQSEQUT ACTIVITIES [NOT USED] 11 31� PROTECTIQN [NOT TJ�ED] 12 313 MAINTENANCE [NOT USED] 13 31� ATTAC�IMENTS �NQT USED] 14 15 END QF SECT�ON R�vision€ I.,og DATE NAME S�CJIVIMARY OF CHANGE 12/2�12012 D. 7ohnson 1.2.A—mod�ed paymen� requirements on utility proje.cts 2/2/2416 T. Griffin 1.2.A.2,b. - Removed duplioate last sentenee. 16 CITY OF FORT WORTH Fort Worth Nature Center & Refuge Boardwa]k Phase 7I STANDAIZD CONBTRUCTION SPECIFICATION I}OCTIMENTS City i'rojectNo, l02320 Revised Fabruary 2, 2016 03 30 00 - 1 CA3T-IN-FLACE CONCRETE Page 1 of 25 1 Z 3 PART 1- GENERA�, 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 I3 14 IS 16 l7 18 19 zo 21 22 23 1.2 24 25 26 27 28 29 30 SECTION 03 30 Op CAST-]N-PLACE CONCRETE A. Seciion Includes: 1. Cast-in place noncret�, iricluding formwark, reinforcement, concrete materials, mixture design, ptacetr�ent pracedures and finishes, for the following: a. Piers b. Footings c. �labs-on-grade d. �oundation wails e. Retaining walls (non TxDOT) f. Suspended sIabs g. Blocking 1�. Cast-in place rnan�ales i. Concrete vaults for meters and valves j. Concrete encasement of utility lines B. Deviatior�s froin tliis City ofFort Worth Standard Specification L None. C. Related Specification Sections include, but are no� neccssarily Iimited to: 1. Division 0— Bidding Requirements, Cantract Forms and Conditions o�tl�e Contiract 2. Divi�ion 1— General Requirements PRICE AND PAYMENT PROCEDURE� A. Cast-in-Ylace Concrete 1. Measurem�nt a. T�is Item is considered subsidzary ta the structur� or Items being placed. 2. Payment a. The work performed and the materials furnisheii in accordance with this Item are subsidiary to the strucfure or Items being placed and no ot�er compensation will be allowed. 31 1.3 REFERENCES 32 33 34 35 36 3'7 38 A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) B]ended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granula#ed blast-furnace slag CITY OF FOItT WORTA Fort Worth Nature Center & Refuge Bvardwalk Pkaase II STkNDARD COMSTIiL7CTION SPECIPICATI03V DDCLTMENTS Yroject Na. 102320 Revised Mareh 11, 2022 033000-2 CAST-IN-PLACE CONCRLTE Page 2 of25 1 5) Silica fiune 2 b. �uhject to compliance with ihe requirements ofthis speaification 3 B. Reference Standards 4 1. Reference standards cited in tlzis Specification refer to the cuzxent reference 5 standard published at ihe time of the latest revision date logged at �e end af this 6 Speaification, unless a date is sp�cifically cited. 7 2. American Association of State Highway and Transportatian (AASHTO): 8 a. MI82, Burlap Cloth Made from rute or Kenaf. 9 3. Amarican Concrete Institute (ACI): 1D a. ACI 117 Specifcation for Tolerances for Canerete Construction and Materials 11 b. ACI 301 Specif�catians for Structural Concr�te 12 c. ACI 305.1 Specification far Hat Wea#her Concreting 13 d. ACT 306.1 Standaxd Specification for Cold WeaY1��r Concrating i4 e. ACI 308.1 Standard Specif'zcation for Curing Concrete 15 E ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 3�7 Guide to Formwork for Goncrete 17 4. Ainerican Institute of Steel Consti�uction (AISC): 18 a. 303, Code of Siandard Practice for Steel Buildings and Bridges. 19 5. ASTM Internatioiial {A5TN1): 20 a. A36, Standard Speciiication far Carbdn Structural Steel. 21 b. A153, Standard Speci�catzon for Zinc Coating (Hot-Dip} on Iron and Steel 22 Hardware. 23 c. A193, Stanc�ard Specification for Alloy-Stieel and Stainless Steel Bolting 2� Materials far High-Temperature Service and Other Special Purpose 2S Applications. 26 d. A615, Standard Specification for Deformed and Plain Car�on-Steel Bars for 27 28 29 30 31 32 33 34 35 36 37 38 39 �o 41 �#2 43 4�1 4S 46 e. f. g� h. i. J• k. 1. m. n. o. p• q• Concrete Reinforcament, A7Q6, Standai•d Specification far Low-Alloy Sfeel Deformed and Plain Bars for Concr�te Reinforcement, C31, S#andaxd Practice fox• Malczng a�ad Curzng Concrete Test Specimens in the �'ield. C33, �tandard Specifica�on for Cancrete Aggregates. C39, Standard Test Method for Compressive S#rength of Cylindrical Concrete Specimens. C42, Stanc�ard Test Method far Obtaining and Testing Drilled Cores: and Sawe�l Beams aiConcrete. C94, Staz�dard Speci�cation for Ready-Mixed Concrete. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars {iJsing 2-inch ar�50-tnilimaterl Cube Spacimens) C 143, Standard Test Method far 51ump of Hydraulic-Cement Conerate. C171, Standard Speci�cation for Sheet Materials far Curing Concret�. C150, Standard Specification for Portland Cement. C172, Standard Practice %r 5ampling Preshly Mixed Concrete, C219, Standard Terminology Relating �o Hydraulic Cement. C23 �, S�andard Test Method for Air Cont�nt af Freshly Mixed Cor�crete by the Pressure Me�od. CITY qF FQRT V,TORTH Fort Warth Nature Center & Refuge Boardwalk Phase II STANDARD CONSTRUC'TTON SPECIrICATTDN D�CUNILNTS PrajectNo. 102320 Revised March l 1, 2fl22 033000-3 CAST-IN-PLACE CONCRETE Pege 3 of25 1 2 3 4 5 � 7 8 9 lfl 11 I2 I3 14 15 l6 l7 l8 19 20 21 22 23 24 25 26 27 2$ r. C260, Standard 5pecification for Air-Entraining Admi�tures for Concrete. s. C309, Star�dard Specification for Liqutd Membrane-Foi�ning Corripounds far Curing Concrete. �. C494, Standard Specification for Chemical Admixt�re.s for Concrete. u. C618, Standard Specificatian fvr Coal Fly Ash and Raw or Calcined Natural Pozzolan far Use in Concrete. v. C881, Standard Sp�cifieation �or Epoary-Resin-Base Banding Systems for Concrete. w. �9$9, Standard Specifieation for Ground Grariulated Biast-Furnace Slag for Use in Concrete and Mortars. x. C 1017, Standard Specification for Chemical Adm�tures for Use in Producing Flowing Concrete. y. C 1059, Standard Specification far Latex Agents for Bonding Fresh to Hardened Cancr�te. z. C 1064, Standard Test Methad for Temperature af Freshly Miared Hydraulic- Cement Concrete. aa. C1240, Standard Specification for Silica �'ume Used in Cementitious Mixtures. bb. E1155, 5tandard Test Method for De#ermining FF �loor Flatnass and FL Floor Leveln�ss Nu�nbers. cc. F436, Standard Specification for Hardened �teel Washers. American Welding Society (AWS). a. D1.1, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. Conerete Reinforcing Steel Institute (CRS� a. Manual of Standard Practice 8. Texas Departzx�ent af Transportatio� a. Standard Specification far Constructi:on and Maintenance af Highways, Streets and Bridges 29 1.4 ADMINISTRATIVE REQUIItEMENT5 30 31 32 33 34 35 36 37 38 39 40 �} 1 42 43 6 7. A. Work Included 1. Design, fabrication, erection and stripping of formwork far east-in-place concr�ia including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated Forms, void forms, permanent metal farms, bulkheads, keys, blockouts, slee�ves, pock�ts and accessories. a. Erection shall include installation in formwork of i#e�s furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install rejnforcement and embedd�d metal assemblies for east in-place concrete, including stee] bar�, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labar and materials required to perforrn the fallowing: a. Cast-in-piace concrete 6. Concrete mix designs c. Grouting CITY OF FORT WORTH Fort Worth Nature Center 8c Refuge Boardwalk Pbase Ii STANDARD CON3TRLTCTION SPECIFICATION DOCUMEAITS Pra,�ectNa. 102320 Revised March 11, 2022 03 3o ao . a C115T-IN-PLACE CONCRETB Page 4 of 25 l 1.� �'TTBilV�IIT�1L�' 2 A. Submittals shall be in accardance with Section Ol 33 00, 3 B. All subxaaittals shall be appraved by the City pxiar to deSivery and/or fabricatian far 4 speoials. 5 1.6 ACTION SUBNIITTALSIINFORMATIONAL SUBMITTAI.,S b 7 8 9 10 1I 12 13 I4 I5 16 17 18 A. Produci Data 1. Required for each type of product indicated B. Desigu Mia�tures 1. Fot each cancrete mixture submit proposed mix designs in accordance with ACI 318, ehapter 5. 2. 5ubmit each proposed mix design with a record of pas# perfarmance. 3. Submit alternate design mixtures when characteristics of materials, l'roject condi- tions, weather, t�st results or other circumstances warraz�t adjustzxzents. 4, Indicate amounts ofmixing water ta be withheld for later addition at Project site, a. 7nclude this quantity on delivery ticket. C. Steel Reinforcement Subinittals for Information 1. Mill test ce�i�cates o�supplied conerete reinfQrcing, i��dicating pl�ysical and chem- ica� ana�ysis. 19 I.� CLOSEOUT SUBNIITTALS [NOT USED] ZO 1.8 MAINTENANCE MATERIAL SUBNIITTAL� [NOT USED] 21 1.9 QUALITY ASSiIRANCE 22 A. Manufacturer Q�alificatioris 23 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 24 plies with ASTM C94 requirennents for production facilities and equipxaaent 25 2. 1Vfanufacturer certifed according to NRMCA's "Certification of Ready I�Iixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type ar class of cemeiltitious rnaterial of the sar►ae b�•and from tl�e same 29 m�nufacturer's planfi, obtain aggregate froin l source and obtain adrrzixtures through 30 1 sourca from a single rnanufacturer. 31 C. A.CI Publications 32 1, Comply with the f�(lowing unless madified by requirements in the Contract Dacu- 33 ments: 34 a. ACI 301 Sectians 1 through 5 35 b. ACT 117 36 I3_ Concrete Testing Service 37 1. Engage a quali�iad ind�pendent testing agency to perfornn material evaluation �ests. CITY OF FORT W�RTH Fort Worth Nature Center & Refuge Boardwalk Phase II S"FANDAAD CqNSTRUCTIOI� SPECITICATIQNDqCU1V1ENTS FrojectNo. 1Q2320 Revised March 11, 2022 033000-5 CAST-IN-PLACE CONCRETE Paga 5 of 25 1 1.10 DEL�VERY, STORAGE, AND I3�NDLING 2 A. Steel Rein.forcennent 3 l. Deliver, store, and handIe steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Wa�erstaps G 1. Store vc+aterstops under cover to protect from moisture, sunligh�, dirt, oil and other 7 cantamir�anta. 8 � 111 FIELD CONDITIQNS [NOT USED] 1.1� WARRANTY [NUT U�ED� 1D PART �. - PRODUCTS 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS jNOT USED] 12 13 14 15 1� i7 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 3b 37 2.2 PRODUCT TYPE� AND MATERIALS A. Manufacturers I. In other Part 2 articles where titles below introduce lists, the foIlowing requirements appiy to product selection: a. Available 1'roducts: Subject to compliance with requirements, producfs that may be incorporated into the Wark inolude, but are not limitad to, products sp�cified. b. Available Manuiacturers: Subject to carnpliance with requirements, rnanufacturers offering products that may be incorporatad into the Work include, but are not limited to, manufacturers speeified. B. Form-Facing Materials 1. Rough-Form�d Finished Concrete a. Plywood, lumber, metal or anather appraved material b. Provide lumber dressed on at least 2 edges and 1 side far tight fit. 2. Charnfer Strips a. Wood, metal, PVC or rubber strips b. 3�4-liiCll X 3I4-1T1Cll, minimum 3. Rustication Strips a. Wood, metal, PVC ar rubber stirips b. Kerfed for �ase of form removal 4. Fnrm-Reiease Agent a. Commercially farmulated form-ralEas� agent that will not bond with, stain or adversely affect concrete s�rfaces h. Shall not impair subsequ�nt treatments of concrete surfaces c. For steel fornn�-facing materials, formulate with rust inhibitior. 5, Forrn Ti�s CITY OP FORT WOTZTH Fort Warth Nature Center & Refuge Boardwalk Phase II 5TA3�IDARD COMSTRUCTION 3PECIFICATIOI�I DOC[IMENTS Pro}ectNo. 1D2320 Aevised March 11, 2022 o33aao-� CAST-IN-PLACB CONCRETE Page 6 oi25 I 2 3 4 5 6 7 8 9 a. b. c, d. �actory-�abricated, removable or snap-ofE metal or glass-fiber-reinforeed plastic form ties designed to resist lateral pressUre of fresh: concrete on fbrms and to prevent spalling of concrete vn removal. Furnish units that will leave no corrodible metal closer thaxi 1 inch to tha pIana oi exposed concrete surface. �'urnish ties thati, �vhen remov�d, vvill leave holes no larger than 1 inch in diameter in concrete surface. Furnish ties with intagral water-barri�r plates to walls indicated to receive dampproofing or waterproofing, 1Q lI 12 l3 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 C. St�el Reinfarcement I , Reinforcing Bars a. ASTM A615, Grade 60, deformed D. ReinfQrcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smoath} b, Cut bars true to length with ends square and frae of bu�-rs. 2. Bar Supports a. Bolsters, cl�airs, spacers a.nd other de�ices for spaeing, supporting and fastenir�g reinforcing bars and welded wire reinforcement in place b. Manuiacture bar suppoz�ts from steel t�ire, plastic or pr�cast concr�te according to CRSI's "Man�al of Standaxd Practice," af greater campressive strength than concrete and as follows: 1} Por concrete surfaces exposed to view where legs of �vire bar supports contact farrns, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports, 2} Far slabs-an-grade, provide sand plafies, horizontal r�anners or precast concrete blocks on bottom where base material will not suppart ehair legs ar where vapar barrier has been specified. E. Embedded Metal Assemblies 1. Steel 5hapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full-fusian prooess, as furnished by TRW Nelson Stud Welding Di�isian or appro�ed equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kvvik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dovvels 1. Adllesiv� anchors shall consist of threaded rods anchared with an adhesive system in#o hardened canerete ox groui-filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be in�eeted rvith a static tz�i�ing nozzle foIlowing manufacturer's instruotians. CITY OF FORT WORTH Fort WortU I�ature Center 8� Refuge T3oardwalk Phase II STANDAAD CqA1STRUCT10N SPECIFICATI�I�E DOCUMENT3 ProjectNo. 1Q2320 Revised Mareh 11, 2Q22 033000-7 CAST-II�€-PLAC� COMCRETL Page 7 of 25 1 2 3 4 5 6 7 8 9 1p 11 12 13 14 15 16 17 18 19 20 2T 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 44 41 42 43 44 b. The embedment depth of the rod shall provide a minirnnm alIowable bond strength that is equal to the allowable yie�d capacit}r oithe rod, unless otherwis� speeified. Z. Availabia Products a. Hil�i HIT HY 150 Max b. Simpson Acrylio-Tie c. Powers Fast�ners AC 1 D0+ Gold 3. Threaded Rads: ASTM A193 a. Nuts: ASTM A563 hex carban steel b. Washers: AST'M F436 hardened carbon stEe! c. Finish: Hot-rlip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts requared for anchorage of materials or equipment to concrete construction where not supplied b� ather 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 horizc�.ntal concrate surfaces and vvhenever inserts are subject to t�nsion farces, provide threaded inserts of malleable cast iron furnzsheci with full depth bolts. 1} Provida 3/�-inch bolt size, unless otherwise indicated. �. Conerete Materials L Cementitious Material a. Use the follov�ing cementitious rnaterials, of the same type, brand, and source, throughout Proj ect: 1) Partland Cement a) ASTM C150, Type IIII, gray b) Supplement with the following: {1) Fly Ash {a) ASTM C6l 8, Class C or F (2) Ground Granvlated BIast-Furnace Slag (a} ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C124Q amor�ahous silica 3) Nortnal-Weight Aggregates a) ASTM C33, Class 35 coarse aggregate or better, graded b} Prvvide ag�regates from a single source. 4) Maximum Goarsa-Aggregate Siza a) 3/a-inch nominal 5} Fine Aggregate a} Free af materrials vvith deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable 45 7. Admixtures C1TX OF FORT WQRTH Fort Worth Natura Center & Refuge Boardwalk Phase II STANDAI2I7 COI�ISTRUCTTON SPL�CiFTCATION DOCUivI�NTS ProjectNa. 102320 Revised March 11, 2p22 o33oao-s CAST-IN-PLACE CONCRETE Page S of2S 1 2 3 � S 6 7 8 9 lo 11 12 13 14 15 16 17 18 14 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 4S 46 1. Air-Entraining Admixlure a, ASTM C260 2. Chemical Admixtur�s a. Provide admixi.ures certified by manufacturer to be co�patible with other ad- m ixtures and that wi11 not contribute watar-soluble cliloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water-Reducing Adrnixture I) ASTM C494, Type A d. Retarding Adrzaixture 1) ASTM C49�, Type B e. Watar-Reducing and Retarding Admixiure 1) ASTM C�9�, Type D f High-Range, Water�Reducin� Adm�ture 1� ASTM C�444, Type F g. High-Range, Water-Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plastieizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstaps 1. SeIf-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, far adnesive bonding to cancrete, 3/a- inch x 1-inch. b. Available Products 1} Colloid Environmental Technologies Coinpany; Valclay Waterstop-RX 2} Concrete Sealar�ts Ine.; Conseal CS-23 ] 3} Greenstreak; Swellstop 4} Henry Company, Sealants Divisian; Hydro-Flex 5} ]P Specialties, Tnc.; Earthshield Type 20 6} Progress Unlimited, Ine.; Superstop 7} TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a AASHTO M182, Class 2, burlap cloth made £rozn jute or kenaf', weig�ing approximately 9 ounces/square yard whan dry 2. Moistur�Retaining Cover a. AST`M C 171, polyethylene film o:r white burlap-polye�ylene sheet 3. Water a. Potable 4. Clear, Watarborne, Membraz�.e-Farming Curing Compound a. ASTM C309, Type l, Class B, dissipating b. A�vailable Praducts 1) Anti-Hydro International, Tnc.; AH Curing Campo�nd #2 DR WB 2) Burk� by Edoco; Aqua Resin Cure 3} ChemMa.sters; Safe-Gure Clear CIT'Y' OF �ORT WORTH Fort Vaortl� I�lature Center & Refuge Boardwalk Phase II STANBARD CdNSTRUCTION �PECIFICA'1'ION bOC�1M�NTS ProjectNo. 102320 Ravised March 11, 2022 03 30 00 - 9 CAST-IN-YLACE CONCRET� Page 9 of2S 1 2 3 4 5 6 7 8 9 10 11 zz 13 14 15 I fi I7 l8 19 20 21 22 23 24 25 4} Conspec Marketing & Manufacturing Co., Inc., a Dayton Superiox Company; W.B. Resin Cure 5) Daytfln Superiar Corporation; Day Chem Rez Cure {7-11-W) 6) Euelid Chemical Company (The}; Kurez DR VOX 7) Kaufman Productis, Inc.; Thinfilm 420 8) Lambert Corporation, Ayua Kure-CIe�r 9) L&M Construction Cl�ernicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1140 Clear 11 } Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12} Syrnons Carporation, a Dayton Superior Company; R�si-Chem Clear Cure 13} Tamrns Industries, Inc.; Horncure WB 3U 14} Unitex; Hydra Cure 309 15} US Mix Products Company; US Spec Ma7ccure Resin Ct�ar 1� Vexcvn Cheinicals, Inc.; Certi-Vex Enviocure 1�Q M. Related Materials 1. Bonding Agent a. ASTM C1a59, Type II, non-redispersibIa, acryTic �mulsion or styrene butadiene 2. Epoxy Bo�nding Adhesive a. ASTM C881, 2-component epoxy resin, capable ofhumid curing and bonding ta damp surfaces, of class suitahle for application temperature and of grade ta suit requir�mEnts, and as follows: 1) Types I and II, non-load bearir�g 2) IV and V, �oad bearing, %r bonding 3) Hardened or freshly mixed concret� to hardened concrete 26 3. Reglets 27 a. Fabricate reglets af not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily f�Il or cover face apening of reglet to prevent intrusion of concreYe 29 ar debris. 3� 4. Sleeves and Blockouts 31 a, Formed wztl� galvaaaized a�aetal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes ar waod 33 34 35 36 37 38 39 40 �41 42 43 44 45 5. Nails, Spikes, Lag Bolts, Thro�gh Bol#s, Anchorages a. Sized as required h. Shall be of strength anrl character to maintain forrnwQrk in place while placing eoncr�te N. Repair Materials 1. Repair Unde:rlayment a. Cement based, palymer-madified, self leveling product that can be applied in tihicknesses of 1/8 ineh or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in A�TM C219 c. Primer CITY OF FOR'i' ViFORTH Fort Warth Nat�re Center & Kefuge Bpardwalk PhaSe I3 STANDARD C�]VSTRUCTION SPECIFICATION DOCUMENTS ProjectMo. 102320 Revised Marcl� 11, 2Q22 03 30 OQ - 1� CAST IN-PLACE CdNCRET� Page 10 af25 1 1} Product afunderlayment manufacturer recoxn.mended for substrate, condi- 2 ti.ons, and application 3 d. Aggregaie 4 1} Well-graded, washed gravel, 1/8 to 114 inch or caarse sand as S recommended hy underlayrnent rnanufacturer 6 e. Compressive Strength 7 1} Not less than 4100 psi at 2$ days when tested according to 8 ASTM C1p9/C109M 9 2. Repair Overlayment 10 a. Cem�nt-based, polyrner-modifieci, sel� l�veling product that can b� applied in 1� thicknesses of 118 in.ch or g;reater 12 1) Do not feaiher. 13 b. Cement Binder 14 1) ASTM CI50, C595 Portland cement, Fortland-Limestone Cement or hy- 1S draulic or blended hydraulic eement as defined in ASTMC219 i6 17 18 19 za 21 22 23 d e. c. Peimer 1) Product of toppir�g manuf'acturar recommended far substrate, conditions, and application Aggregate 1) Well-graded, washed gravel, ll$ ta 1/4 inch c�r coarse sand as reeommend- ed by topping man�zfacturer Campressive �h•ength 1) Not less than 5000 psi at 2$ days when tested according to ASTM C149 24 O. Concrete Mixtures, General 2S 1. Prepare design mixtures far each type and sfrength of conerete, proportioned on the 26 basis of laboratory trial miarture or field test data, or bath, according to ACI 3p1. 27 a. Requzred a�erage strength above specif ed strength 28 1) Based on a record of past performance 29 a) Determination of required average strengCh above specified strength 30 shail be based on the standard deviation record of the results of at least 31 30 consecutive stt-ength tests in accordance with ACI 3l $, Chapter 5.3 32 by �e larger amount defined by formuIas S-1 and 5-2. 3.3 2) Based on laboratary trial mixtures 34 a) Proportions shall ba selected on the basis of laboratozy trial batches 35 prepared in accordance with ACI 3I$, Chapter 5.33,2 to produce an 36 average streng�h greater than the specified sfirength fc by the amount 37 defined in table 5.3.2.2. 38 3) Pro.portions of ingredients for concrete mixes shall be determined by an in- 34 dependent testing laboratory or qualified �oncrete supplier. 44 4} For each proposed mixture, at least 3 eo�npressive test cylinders shall be 41 made and testiad for strEngth at tha specified age. 42 a) Add.itional cylinders may be made for testing far infnrmation at earlier 43 �ges. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other i;han portland ce- 46 ment in eoncrEte as follovs+s, unless specifed other�ise: 47 1) �Iy Ash: 25 percent GITY OF FOiZT WORTH Fort Worth Nature Center & Refiige Soardwalk Phase II STANbARD CONSTRT�CT'ION 5PECIPICATTOIV D�CliM�NTS PrnjectNo.1p2320 Revised March 11, 2622 a3 3o ao - i i CAST-IN-PLACE CONCR�TE Page 11 of 25 l 2 3 4 S 6 7 8 � 10 ll 12 l3 14 15 15 17 18 19 2D 21 22 23 2� 25 �6 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Refer to T�QT "Standard �pecifications far Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Praportian normal-weighi concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 2$ days b. Maa�imum Water Camentitious Matcrials Ratio: 0.50 c. Slump Limit: 5 inehes or S inches for conerete with v�rified s1Ump of 2 to 4 inches befnre adding high-range water-reduning admixtu�re or plasticizing admiu�ture, plus or minus 1 inch d. Air Content: 6 percent, plus or muius 1.5 percent at point of delivery %r 314- inch nominal maximum aggregate size 46 Q. Faiarricating Rainforcement 3 :! 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Fu:rz�aca S1ag: SO percent 4) Combined Fly Ash ar Pozzolan and Ground Granulated Blast-Furnace Slag: 54 percent 5) Partland cement minimum, with fly ash ar pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pazzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- c�nt 8) Combined Fly Ash orPozzolans, Ground Granulated BIast-Furnace �lag, and Silica Fume: 50 percent with fly ash o�• pozzolans not exneeding 25 percent and silica fume not exceeding 10 percent Limit water-soluble, chloride-ion content in hard�ned concrete tv: a. 0.30 percent by weight of cement if concrete will have no exposura to chlnrides {typical} b. fl.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent 6y weight if eoncrete will have no exposure ta chlorides and will be eontinually dry anc� protected. Admixtures a. Use admixtures according to manufacturer's writte� instructions. h. Do not use adtnixtures which have not been in¢orporated and tested in accepted mi�ces. c. Us.e water-reducing high-range water-reducing or plasticizing adzni�ture in concrete, as required, for placement and workability. d. Use water-reducing and retarding adnnixture when required by high tez�nperatures, low humidity ar other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, conerete for heavy-use i�dustrial slabs and parking struct�re slabs, concrete required to be watertight, and concrete with a water-cernentitious materials ratio below O.SQ. f L1se corrosion-inhihiting adrn�ture in concrete xnixtures where indieated. P. Concrete Mixtur�s CITY OF FORT WORTH . Fort Worth Nature Center & Refuge Boardwalk Phase TI STANDARD COi+iS'IRUC1'ION SAECIFICATION DOCUMENTS ProjectNo. 1U2320 Revised March 11. 2022 a33oao-tz CAST-IN-PLACE CONCRETE Page I2af23 1 2 3 4 5 6 7 8 9 14 11 12 13 14 15 1b 17 18 19 20 zi 22 23 24 25 26 27 28 1. Fabrieate stael reinforc�ment accordi:ng to CRSI's "Manual of S#andard Practice." R. Fabrica#ion of Embedded Metal Assezr�blies 1. Fabricate metal assemblies in the shop. Holes sha11 be made by drilling or punching. Hoies sh�ll not be made by or enlarged by 6uming. Weldirig shall be in accordance with AWS D1.1. 2. Metal assemblies �posed to earth, weather or moisture shaIl be hot dip ga�va�ized. All o�her metal assennblzes shall be either hot dip gal�anized ar painted with an epa�y paint. Repair galvanizing after welding with a Coid GaIvanizing compaund installed in accardance with the manufacturer's instructions. R�pair pauited a.ssemblies after welding with same type of paint. S. Concrete Mi�ng 1, 2. Ready-Mixed Concrete: Measure, batch, mi�, and d�liver cancrete according ta ASTM C94, and furrnish batch t�cket information. a. When air #emperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery tiza�e fraxn 1-1/2 hours to 75 minutes; when air temperature is abova 90 degrees Fahrenhait, reduce mixing. and delivery time to 60 minutes. Project-Site Mixing: Measure, hatch, and mix concr�t� materials and conerete according to ASTM C941CR4M. Mix concrete materials in apprapriate dt�m-type batcl� machine mixer. a. For mixer capacity of l cubic yaxd ar smaller, continue m�ing at least 1-112 minutes, but not rnore than 5 minutes after ingredients are in mixer, before any part o�batch is released. b. For mixer capacity larger than 1 cubic yard, inerease mixing time by 15 seconds for each additional I cubic yard. a Provide batch ticket fox eac� batch discharged and used in the �Vork, indicating Frojec# identification name and number, date, miYture type, mixture time, quantity, axd amaunt o£water added, Record approximate loeation af final deposit in structure. 29 �.3 ACCESSORIES [NOT iTSED] 30 �.4 SOURCE QUALTTY CONTROL [NOT USED] ��'\���M/4/��1��`/�,I 32 3.1 INSTALLERS [NOT USED] 33 3.� EXANIINATTON [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 36 37 38 39 3.4 INSTALLAT�ON A. Farmwark 1. Design, erect, shore, brace; and maintain formwork, according to ACI 301, to support vertical, lateral, statio, and dynamic loads, and construction laads that might be applied, until structure can support such loads. CITY OF PORT WORTH Tart Worth Nature Ceuter & Rafuga Boardwalk Phasa li STANDA1tD CONS'i'RUCTION SPECIPICATION DpCUMEI�fTS PrajectNo. 10232Q Re�ised Mareli I 1, 202z 03 30 00 - 13 CAST-IN-PLACB CONCRETE Page 13 of 25 1 z 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 z2 23 24� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 2. 3 4. Construct �ortnwork so concrete members and structures are of size, shape, alignment, elevation, and �osition indicated, within tolerance litnits of ACI 117. a. Vertical alignment I) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of expasa.d corner colurnns and contro� joints in conorete exposed to view l�ss than 10Q feet in height - 1/2 inch. 3) Lines, sut�'aces and ar�ses greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside carner af exposed corner columns and conirol join#s in eonerete exposed to view greater than 100 feet in height - 1/2000 tirrzes the height but nat more than 3 inches. b. Lateral atignznent 1} Members - 1 inch. 2} Centerline of openings 12 inches or smal�er and edge location of larger openings in slabs - 1/2 inch. 3} Sawcuts, 3oints, and weakenEd plane embedments in slabs � 3/4 inch. c. Level alignment 1) Eleuation of slabs-on-grade - 3/4 inch. 2) Elevation �f to� surfacas of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores � 314 inch. d. Cross-sectional dimensions: O�erall dimensinns of beams, joists, and columns and thickness of walls and sIabs. 1) 12 inch dimension or less - plus 112 inch to minus 1/4 inch. 2) Greater tliaxt 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot ciimension - plus 1 axzch to nainus 3/4 inch. e. Relative aligxameni 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b} Difference in width between. ad�acent treads -�/4 ir�eh. c} Maximum difference in height between risers in a flight of siairs - 3/8 inch. d) Maxzmum dif�erence in width bet�ve�n treads in a flight of sta�rs - 3/8 inch. 2) Grrooves a) Specified w�dtla 2 inch�es or less - 118 inch. b) Speci�'ied width hetween 2 inches and 12 inches - ll4 inch. 3) Vertical alignment of outside corner of �xposed corner coIumns and control j aint grooves in cancrete exposed to view - 114 inch in 1 D feet. 4) All other conditiions - 3l8 inch in 10 feet. Limit concrete surface irregularities, designated by ACI 347R as ahrupt or gradual, as follows: a. Class B, 114 inch for smaath-�'ormed finished surfaces. h. Class C, 1/2 inch �or rough-formed finished surFaces. Construct forms tight enough ta prevent loss af conexete tnor�ar. C1TY bF FQRT WORTIi Fort Worih Nature Center & Refuga Baardwallc Pl�ase II STANDARD CflNSTRUCTI03�I SPECIFICATTDNDQCUI�CLNTS ProjectNo. 102320 Revised Mareh 3 l, 2022 03 3a oa - i4 CAST-IN-PI,t1C� CONGRET� Fage 14 af 25 1 5. Fabricate forms for es.sy remo�al without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Pravide tap forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. 5 a. InstiaIl keyways, reglats, recesses, and the like, for easy remo�val. 6 b. Do not use rust-stained steel farm-facing rnaterial. 7 6. Set edge forms, bulkheads, and intermediate s�reed strip� for slabs to achieve 8 required elevations and slopes in finishad cQncreta surfaces. Provide and secure 9 units to suppor� screed strips; use si�•ike-off templates or compacting-type screeds. IQ 7. Construct formwork to cambers shown or spacified on the Drawings to allow for I I structura� deflection of the hardened concrete. Provide additional eIevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and cansti-uction loads. 14 15 16 17 18 19 zo 21 S. Foundation Elements: Form the sides of all be�ow grade portions oi beams, pier caps, walIs, and columns straight and ta f.he linas .and grades specified. Do no earth farm foundation elements unless specifically indicated on the Drawings, 9. Provida temporary apenings for cleanauts and inspection ports where interior area o£ fornawork is inaccessible. C1ose openings with panels tightly �ttad to �Forn�s and �ecurely braced to prevent loss of concrete mortar, LQeate temparary openings in �orn�s at inconspicuous location.s. 10. Chamfer exterior corners and edges of permanently exposed con�rete. 22 1 l. �oYm openings, chases, offsets, sinlcages, keyvrays, reglets, bloeking, screeds, and 23 bulkheads required in the Work. Deterzxzine sizes and loca�.ons frozn. trades 24 providing such items. � 25 26 27 28 29 30 12. Clean fotms a�d adjanent surfaces �o receive concrete. Remove chips, wood, sawdust, dirt, and ather debris just before placuag concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar lea.lcs and mainiain proper alignment. 14. Coat contact surfaces af forms with forrn-release agent, according to mannfaciure�•'s wriiten instructions, before placing reinforcement, anchoring devices, and 31 embedded it�ms. 32 a. Do not apply form release agent vtirhere concrete surfaces are scheduIed to 33 rec�ive subsequent finishes which may be affected by agen�, Soak con#act 34 surfaces af untreated forms with clean water. Keep suz�faces wet prior to 35 placing concret�. 3b B. E�nbedded Items 37 1. Place and secure ancharage devices and ather embedded iten�s required far 38 adjoining work that is attached ta or supported by cast-in-place concrete. ilsa 39 setting drar�vings, templates, diagrams, instructions, and direc�ions iurnished with 40 items to be embedded. 41 a. Install anchor rods, accurately located, to elevations required and eomplying 42 with talerances in AISC 303, Section 7.5. 43 1} Spacing within a bolt graup: 1/8 inch 4-4 2) Location o£balt group (center): '/� inch 45 3} Itotation of bolt group: 5 degrees CI1'X OF FQRT WORTH Fort Worth Nature Cenfer c� Refuge Boardwalk Phase II STANDAItI7 CON5TIZUCTION SP�C7T�ICATIdN UOCUMCNTS PrajectNo. 10232q Revised Maroh 11, 2022 033DD0-15 CAST-IPl-PLACE CQNCRETE Page 15 of 25 1 �) Angle off vertical: S degrees 2 5) Bolt projection: f 3/8 inch 3 b. Install reglets to receive waterproo�ng and to receive through-wall £lashings in 4 outer face of concrete frame at exterior walls, where flashing is shorYn at iintels, 5 shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backiill priar to concrete attaining 70 perc�nt of its 28-day design comprassive strength. 10 11 12 13 14 15 16 17 i8 19 20 21 22 23 24 25 25 27 28 29 30 31 32 33 3� 35 �s 37 38 39 �0 41 42 43 �4 45 2. General: k'orn�waa•lc �or sides of beams, vvalls, eoiu�nns, attd similar parts of the Vilork that does not support weight of cancrete may be removed after eumulatively curing at not tess than 50 degrees �`ahrenheit for 24 hours after placing concrete, if concreta is hard enough to not be damaged by fnrm-removal operations and curing and protection operations are maintained. a. Lea�ve fartnvvork far beam soffiis, joists, slabs, and other struatural elements tliat supports weight af concrete in place until concreta has achieved at least 70 percent of its 2$-day design coinpressive strangth. b. Do not remove formvc+ark supporting eanventinnally rein%rced cancrete until concrete has attained 7Q percent of its specifed 28 day cornpressive strength as established by tests of iield cured eylinders. In the absence of cylinder tests, supporting formwork shall r�xn,ain in place until the concreta has cured at a temperature of at least SQ degrees Fahrenheit for the minirnum cumulative time periods given in ACI 347, Section 3.7.2.3. Add #he period of time when tha surrauuding air temperature is below 5�0 degrees Fahranheit, to the tninimum listed time period. Forrnwork for 2-way conventionally rein#'arced slabs shall retnain in place for at laast the minimum cumulative time periods specified for 1-way slabs of the same ma�imt��z� span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall rennain untii the concrete has attained the specified 28 day cornpressive strength. d. Minimuzn cumulative curing times may be reduced by the use of high-early strength cement or forming systems whieh aliow farm removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of fha Engineer that the early removal of forms wi11 not cause excessive sag, distartian or damage to the conerete elements. e. Coinpletely remove wdod forms. Provide ternporary operungs if required. £ Provide adequate nnethods of curing and thermal protection of exposed concrete it' �arms are removed priar to completion of specified curing time. g. Reshore areas requir�d to support construction loads in excess of 20 pounds per sguare foot to properly distribute construction loading. Constructinn laads up to the rated live load capacity may he placed on unshored construetion provided the canerete has attained the specified 28 day compressive strength. h. Obtaining concrete campressive strength test�s for the pu�poses of form remaval is the responsibiiity of the Contractor. i. Remove fornas only if 5hores have been arranged tio permit r�moval af farms wiihout Ioasening or disturbing shares. C1TIF DF FORT WORi7i Foit Worth i+lature Center & Refuge Hoardwalk Phase II STANDARA CONS'TRUCTION SPSCIFICATI03+1 DOCUMEI�FTS PmjectNo. 162320 Revised March 11, 2022 03 30 00-16 CAST-TN-PLACE CO?�IC1t�TE Page 16 oi25 1 2 3 4 5 6 3 4. Clean and �-epair surfaces oifor3ns to be reused in the Work. Split, frayed, delaminated, or atherw�ise daznaged foi�rn-facing material will not be acceptable for e�cposed surfaees. Apply new form-release agent. Wlaen for:ms are reused, elean suz-faces, remove fins and laitance, and tightan to close joints. Align and secure joints to avoid affsets, Do not use patched forms for exposed eoncrete surfacea unless approved by Engineer. 7 D. Shores aud Reshores 8 I. The Contractor is sole3y respon:sible for proper sharing and reshoring. 9 2. Compl}� with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not rezxzove shoring or �reshoring until measurement of slab taleran.ces is I2 camplete, 13 3. Plan sequence of removal o� shares and xeshore to a�oid damage t� conerete. 14 Locate and pro�ide adequate reshoring to suppart construct�on without excessive IS stress or deflection. 16 17 18 I9 20 21 22 E. SteeI Reinforceinent 1 2 Geparal; Comply with CRSI's "Maz�ual of Stat�.dard P.ractice" for p�acing reinfnr�ement. a. Da not cut or puncture vapox retarder. Repair da�nage and aresea.l vapor z•etarder before placing eancrete. Clean reinforcernent of loose rust aud mill scale, earth, ice, and other %reign materials that would reduce bond ta concrete. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 3. Accurately position, support, and sece�re reinforcement against displacement. Locate and suppor� reinfarcerr�elit with bar supparts to maintain minimum concre�e covet. Do not tack weld crossing reinfarcing bars. a. Weld reinf'orcing bars according ta A�S D1.4, where indicated. Only steel eonfarming to ASTM A7Q6 may be welded. 4. Installation tolerances a, Top and b�ttom bars in slabs, girders, beams and joist�: 1) Members 8 inches d�ep or less: �3/8 i�ch 2) Members more than S inches deep: �112 inch b, Concrete Cover to Formed or Finished Surfaces: �318 inchas for members 8 inches deep or less; t 1/2 inches for members over 8 incl�es deep, except that tolerance for ca�er shall not exceed 1/3 af the specified cave�•. 5. Concrete Cover a. Reinforcing in structural el�ments deposited against the ground: 3 inches b. Reinfoxcing in fe�rmed beams, coluznns aaad girders: 1-112 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inclles d. Interior faces of walls: i inches �. Slabs: 3/4 inches 6. Splices: Provide starkdard rein�`arcement splic�s by lapping a�ad tying e�ads. Comply with ACI 31$ for minimum lap of spliced bars where not specified on the docivaaents. Do not lap splice no. l4 and 18 bars. CITY OF POR`1' VJORTH Fbrt Worth Nature Center & Reiuge Bpardwalk Phase II STANDARD CQN511ZiICTION SPECIFTCATIQN DOCLIMENTS ProjectNa. 1U2320 Revisad March 11, 2�22 03 3D OD - 17 CAST-IN-PI,ACE CONCRETB Page ] 7 of 25 I 7. Field Welding of Embedded 1Vletal Assemblies 2 a. Remave all paint ar�d galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint ar galvanizing has been remo�ed wifh the 4 speeified pai�nt or cold galvanizing compound, respecti�ely. 5 F. Joints 6 1. General: Construct joints true to line with faces perp�ndicular to suriace plane of 7 concrete. 8 2. Cons#ruction 7oints: Install so stren�h and appearance of concrete are nat 9 impaired, a# locations indicated ax as approved by Engineer. 10 a. Place joints perpendicaalar to main reinforcement. Continue reinforcement 11 across canstcuction jaints, unless othervvise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Farm keyed joints as indicated. Emhed keys at least 1-112 inches into cancrefe. 14 c. Locate joints for beams, slabs, joists, a�ad girders in th� middle third of spans. 1 S Offset joints in girders a minimum distance of twice the beam width from a 16 beam-girder intars�ction. 17 d. Locate horizontal joints in walls and columns at underside of floors, siabs, 18 beams, and girders and at the top of footings or floor sl�abs. 19 e. Spaee vertzcal join.ts in walls as indicated. Lacate joints beside piers iritegral 20 �iih walls, neat corners, and in concealed locations where possible. 21 f. Use a bondirng agent at loca�ions where fresh cox�crate is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support asseznblies at joints vvher� 24 indicated. Lubricate nr asphalt coat 1-112 of dowel length ta pxevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexibie Waterstops: Install in construction joints and at ather ja�ts indicated to 28 form a continuous diaphragm. Install in longest lengths practi�able. Support and 29 protect eXposed waterstaps durzng progress of the Work. Fieid iabricate joints in 30 vuaterstops according to mannfacturer's written instructions. 31 2. 5elf-Expanding Strip Waterstops: Install in cons�ruetion joints and at other 32 Ivcations indicated, according t4 manufaciurer's wriften instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 leng„fhhs practicable. 35 3fi 37 38 39 40 41 42 43 H. Adhesive Anchors 1. Camply with the manufacturer's installation instructrans on fha hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinfarcing bar. 2. Froperly clean out the hole u�ilizing a wire brush and compressed air to remove all ioose material from the hole, priar to instailing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that insta.11ation af formwork, rein%rceznent, and embedded items is complete and that required inspections have been perFarmed. C1TY OI' FORT WpRTH ForE Worlh Nature Center & Kefuge �oardwalk PltaSe II STANDARD CONSTRUCTIQt�! SPECIFICATTO�1 bOC�1MENTS FrojectNo. 102320 Revised March 11, 2022 o33aoo-is CAST-IN-PLACE CONCRET�. Page 18 of25 2. Do not add water to concrete during delivery, at Project site, or during pIacement unless approved by Engineer. 3 3. Before test sampling and placing conerete, water zx�ay be added at Project site, � subject to limitations of ACI 301. 5 a. Do nat add water to concr�te a�ter adding high-rat�ge water-reducing 6 adrnixtures �o mixture. 7 b. Do not exceed the maximum speciiied waterlcement .ratio for the in�. 10 11 12 13 14 I5 16 I7 I8 I4 2a 2l 22 23 24 �5 26 27 28 29 �o 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 4b 47 4. Deposit cancrete continuously in 1 layer ar in horizontal layers of such thic�Cness that no new concrete will be placed on concreta that has harc3ened enough to cause seams or ptanes of wealcness. I�' a sectzon cannat be placed continuously, provide consiructian joints as indicated. Deposit conerete. to avoid segregation. a. Depasit cai�crete in harizavtal layers of depth to not exceed formwork design pressures, 15 feet maximuin and in a manner to avoid inclined construction joints. b. Cansolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. � �. Da not use vibrators to tr�spart concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced loca#�ons to rapidly penetrate placed layer and at Ieast 6 inches into preceding layer. Do not insert vibratars into lower layers of concrete that have begun to lose plastic:ity. At each insertion, limit duration of vibratian ta tim� necessary to eonsaIidate concret� and complete embed�nent af reinfarceinent and ather embedded items witl�out causing mi�ture constituenis to segregate. Do not permit cancrete to drop freely auy distance greater than 1 Q feet for concrete containing a high range water reducing adrr�ixfiare (superplasticizer) or S feet for other concrete. Provide chute or tremie to place coneretie �vher� long�• drops are necessary. Do not place corecrete into exca��tions with standing water. If place af deposit cannot he purnped dry, pour eoncrete through a tr�rnie with rts outlet near the bottom of #1ie place of depasit. Disca�rd pump priming graui and do nat use in the st�•ucture. �. Deposit and consolida#e conerete for floors and siabs ir� a continuons operation, wiihin li�tits oi construction joints, until placement of a panel or section is co�ptete. a. Consqlidate concrete during placement Qperations so cancrete is thaxoughly w arked around reinForcement and other �mbedded items and into corn�rs. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct ele�ations. d. Slope surfaees uniforrnly to drains wh�re r�quired. e. Begin in.itial floating using bull floats or darbies to form a uniform and open- textuz•ed surface plane, before exces,s bleedwater appear5 on the surface. Da not fvrther disturb slab surfaces before starting �nishing aperations. b, Cold-Weather 1'lacement: Comply with ACI 30b.1 and as foliows. Protect concreta wark from pI�ysical damage or reduced str�n�tri that could b� caused by frost, freezing actions, or low ternperatures, a. When a�erage high and low teinperatura is �xpected to fall balaw 4� degrees Fahrenheit for 3 successive days, maintain delz�ered concrete mixture temperature wiihin tha temperature range required by ACI 301. C1TY O�' PORT Wt3KTH rort Warth Natuxe Center & Refuge Boardwalk Phase fI STJ�IVDARD CONSTRUCTIQN SPECIFICAI'ION DOCiTMEN7'S PrajectNo. 1p2320 Revised Nlarch 1I, 2022 03 30 00 - 19 CAST-IN-PT,ACE CqNCRETE P�ge 19 of25 1 b. Do noi use frozen materials or materials containing ice or snow. Da not place 2 concrete on frozen subgrade or on subgrade containing frnzen materials. 3 c. Do not use calcium chlnride, salt, or other rnaterials containing antifreeze �F agents ar chemzcal accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot Weather Placement: Compiy with ACI 305.1 and as foIlows: 7 a. Maintain co�acrete temperature b�low 95 degrees Fahrenheit at time of 8 placement. Chilled mixuig water or chopped ice may he used to cantrol 9 tenaperature, provided water ec�uivalent of ice is calculated to total amaunt of 10 mixing water. Using Ziquid nitrogen to cool con.crete is Contractor's option. 11 b. Fog-spray forms, steel reinforcement, and subgrade just befare plaoing 12 concrete. Keep subgrade uniforimly ix�oist without standing water, snft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 j. Rou�h-Formed �inish: As-cast concrete texture imparted by form-facing material 16 witlz tie holes and dafects repaired and patched. Remove #'ms and otiier projections 17 that exceed speciiied limits on formed-surFace irregularities. 18 a. Apply to concrate surfaces not exposed to public view. 19 2. Related LTnformed Surfaces: At tops of wails, horizon#al ofFsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smaoth and i"inish with a 2I te�tur� rnatchir�g adjacent %rmed surfaces. Cantinue final surface treatment of 22 forjned surfaces uniformly across adjacent unformed surfaces, unless otherwisa 23 indicated. 24 K. Miscellaneous Cancrete Items 25 1. Filling In: Fill in holes and apenings left in cancrete structures, unless atherwise 26 indicated, aftar wark of other trades is in place. Mix, place, and cure concrete, as 27 specified, tt� bland with in-place construction. Provide other miscellaneovs 28 concrete fillirig indicated or rec�uired to compiete the W�rk. 29 30 31 32 33 3Q 35 36 37 3$ 39 40 41 � 4. Curbs: Provide monolithic fmish #o interiar curbs by stripping forms �vhil� conerete is still green and by steel-troweling surfaees to a hard, dense �nish with cvrners, intersections, and tertninativns slightl� raunded. Equipment Bases and Faundations: Provide machine and �quipment bases and foundations as shawn on Drawings. 5et anchor bolts �ax z�aackzines and equiprnent at correct elevation s, complying with diagrams ar templates from manufactarer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3Q00 psi), xeinforced witla #3@16 inches on center set at middepth o#'pad. Trowel concrete to a dense, smooth finish. Set �nck�or bolts for securing mechanieal or electrical equipme�t during pouring of concrete fi�l. Protective slabs {"'Mud slabs"): Normal weight concrete {2500 psi minimum) with a minimum thickness of 3-112 inches. �'inish slab [u a wood float finish. 42 L. Concrete Prateoiing and Curing 43 J. Ganeral: Protect freshly placed concrete from premature drying a�d excessive cold �44 or hat temperatures. Connply with ACI 306.1 for cold-�veather protection and 4S ACI 305.1 for hot-weather pxotection during curing. CITY QF FORT WORTH Fort Worth Nature Center & Refuge Baardwalk Phase Ii STA3dDAItD CONSTRUCTION SPECIFICATION DDCUNfENTS Project i+Io. 102320 ftevised March 11, 2�22 �� 03 30 oa - ao CAST_IN-PLACE CONCRETE Page 20 of2S 1 2. Formed Surfaces: Cure formed concrete surfaces, including undersids of beau�s, 2 supported slabs, and other similar surfaces. If forms remain during euring period, 3 moist cur� after loosening forms. If removing forms before end of curing period, 4 continu� curing for the remainder of Yhe curing period. 5 3. Unformed Surfaees: Begin curing itn�mediately after �Znishing caracrete. Cure 6 unformed surfaaes, including floors and slabs, canerete floar toppings, and other 7 surfaces. 8 4. � IO ii Cure concrete according to ACI 3Q8.1, by 1 or a cortzbination of the following methods: a. Moisture Cu�ng: Keep sur�aces cantznuously z�aoist for not less tlaan 7 days with the following materials: 12 1) Water 13 2) Continuous water-fog spray 14 3) Absorptive covar, water saturated, and kept continuausly wet. Cover 15 cancrete surfaces and edges with �2-inc111ap aver adjacent absorptive 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 covers b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moistuz�e- re#aining cover for curing eoncrete, placed in widest practicable width, tivith sides and ends lappad at least 12 inches, and seal�d by waterproof tape nr adhesive. Cura #'or not less than 7 days. ImmediateIy repair any holes or tears during euring pariod using cover mat�rial and waterproof tape. 1) Maisture cure or use moisture-retaining cavers to cure cancrete surfaces ta receive floor coverings. 2) Moisture cure or use moisture�retaining covers to cure concxete surfaces ta receive penetrafiing liquid floor treatrnents. 3) Cure concrefe surFaces to recaive floor coverings with eitlier a moisture- retaining cover or a curing compound that the manufacturer certifies wiIl not intez�ere with bonding of f]oor �overing used on Proj�ct. c. Curing Compound: Apply unifarmly in continuous Qperation by power spray ox roller accor�ling to manufacturer's written instructions. Recoat areas subjected ta heavy rainfall within 3 hours after initial application. Maintain continuity of coatiing and repair damage during cuxing period. 33 3.5 REPAIR 34 A, Concrete Suriace Repairs 35 36 37 38 39 40 41 42 43 44 1. Defective Concrete: Repair arzd patch defective areas �when approved by Engineer. IZemove and replace conorete that canno� be repaired and patched to Engzneer's appro�a�. 2. Patching 11/Iortar; Mix dry-pack patching mortar, consisting of 1 part portland cement tv 2-�12 parts ime aggregate passing a Na. 16 sieve, using only enough water far handling a�ad placing. 3. Repairing Formed �urfaces: Sur�ace defects include ca�or and texture iaregularities, craeks, spalls, air bubbles, honeycombs, rack pockets, fins and other projections on ihe surface, and stains and oth�r discolorations ihat cannot be removed by cleaning. CT'1'Y Ox F'ORT WOIt'TH Fort Warth Nature Center & Refuge Boardwalk Phase II STANDARD CQNSTRUCTIQN SPECIFIC,ATION BOCUMENTS Projeet No. 102320 Revised March 11, 2022 03 30 UO - 21 CAST-IAI-i'LACE CONCRETE Page21 of2S 1 a. Immedzately after form re�noval, cut-out honeycombs, rock pockets, and voids 2 more than 112 inch in any dimension in s:olid concrete, but not less than 1 inch 3 in dep�h. Make edges of cuts perpendicular to concrete surface. C1ean, dampen 4 with water, and brush-coat laales and �oids with bonding agent. Fill ar�d 5 compact with patching mortar before bonding agent has dried.. Fill forrn-tie 6 voids with patching martar or cone plugs secured in place wi�h bonding agent. 7 b. Repair defects on surfaces exposed to view E�y blending white portland cement 8 and standard portla�d cement so that, when dry, patching mortar will matcl� 9 surrouuding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match be%re proceeding with p.atching. Compact martar in 11 place and strike o£� slightly higher than surroundix�g suriace. IZ c. Repair defects an concealed formed surfaces tha# af'feci concrat�'s durability 13 and structural perf�rmance as det�rmined by Engineer. 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 4� 43 4. 6. Repairing Unfor�ed Surfaces: Test unforzned surfa¢es, such as floors and slabs, for iwish and verify surface toIerances specified for each surface. Corirect low and high areas. Test surfaces sloped to drain for trueness of slope a�d smoo#hness; usa a sloped template. a. Repair �'mished surPaces containing defects. Surf�ce defects inolude spalls, pop auts, honeyconabs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that per�etrate to reinfoxcement ax complately through unreinforced sections regardless of width, �nd other objectionable conditions. b. After concrete has cured at least 14 days, corr�ct high areas by grinding. c. Correci localized low areas during ar immediately after completing surface iinishing operations by cutting out 1aw areas and replacing with patching mortar. Finisl� repaired areas to blend into adjacent concreta. d. Repair defective areas, except random cracks and single holes l zr�ch or less in diam�ter, by eutting out and replacing with fresh conerete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 314- inch elearanca a11 around. Darnpen concrete surfaces i� contact wifili patching concrete and apply banding agent. Mix patching concrete of same materials and mixture as original concrete except without coarrse aggregate. Place, compact, and �nish to blend t�vith adjacent finished concrete. Cure in same rnanner as adjacent concrete_ e. Repair random cracks and single holes 1 inch or less in diameter �vith patiching mortar. Groave top of cracks and cut out holes �o sound cancrete and clean off dust, dirt, ar�d loose pasticles. Dampen cleaned cancreta surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Carr�pact patcl�ing mortar and finish to match adjacent concrete. Keep patched area continuously moisi for at least 72 hours. Perfvz� structural repairs of cancrete, suhject to Engineer's approval, using epaxy adhesive and patching mortar. Repair materials and installation nat specified abave zn.ay be used, subject to Engineer's approvai. CITY OF FORT WORTH Port Worth i�Iat�re Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTI�N SPECIP'ICATIpN DOCUMEN'C`S Project No. 162320 Revised March 11, 2022 Q33000-22 CAST-IN-PLACE. CO�ICRETE Page 22 af25 3.G RE-INSTALLATZON [NOT USED� 2 3.9 FZELD QUAL�TY CUNTR�L 3 4 5 b 7 A. Testing and Insp�cting: City wi11 engage a special inspector and qua�i�ed testing and inspecting agency to perform field tests and inspec�ions and prepa.re test repoi�ts. B. Inspections 1. Steel reinfarcement placement 2. Headed bol#s and studs 8 3. Verification af use of required design mixture 9 4. Concrete placement, including canveying and depasi�ing 10 5. Curin.g pracedures and maintenance of curing terrdperature 11 b. Vex7fication of cancrete strength be£ore removal of s�:ares and �onns frorz�. bea�s 12 and slabs I3 14 15 16 17 T8 I4 Za 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 4 ]. C.. Concrete Tests: Perform testing of composite samples of fresh concrete obtained aceording to ASTM C172 according to the follawing requirements: I. Testing Frequency: Obtain 1 camposite sarnple for each day's pour af each cancret� rni�tur� exceeding 5 eubic yard, but less �han 25 cubic yard, plus 1 set %r each additional5q cubic yard ar fraction th,exeof. 2. Slump: ASTM C143; 1 test at point af piacement for each eomposite saanple, but not l�ss than 1 test for �ach day's pour of each conorete mixture. Perfortn additional tests when concrete consistency a�pears to change. 3. Air Content: ASTM C231, pr�ssur� method, �or narmaI-weighf concret�; 1 test for each compasite sample, 6ut not less than 1 test far each day's pour af each canerete mixture. 4. Concrete Temp�ratura: ASTM C 1464; 1 test hourly �vh�n air temperature is 40 degrees Fahrenheit and below and when $Q degrees Fal�renheit and above, �nd 1 test for each compo�ite samgle. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sa�nple. 1) Do not transport fiald cast cylinders until they hav� cur�d for a aninimum of 24 hours.. 6. Comprassive-Strength Tests: ASTM C39; a. Test 1 cylinder af 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder far tasting at SG tiays as needed. 7. When strength of field-cuxed cylinders is less than 8S percent of companion labaratory-cured cylinders, evaluate op.erations and provide corrective praeedures foz• protecting and curing in-place concrete. 8. 5trength of each concrete mi�ure will be satisfa.ctory i� every average af any 3 consecufiive compressi�e-strength tests equals or exceeds specified compressive strength and no compressive�strengk� test value falls belaw �peci�ed compressive strength by more than 504 psi. CITY OF FORT WORTH Port Worth Nature Ceuter & Refuge Boardwalk Phase II 5TANDARD CONSTRUCTI�I� SPECIFICATTpNDOCLTM�NTS �rojectNo. 1U232d Revisrd March l I, 2022 03 3D OD - 23 CAST-IN-PLACE COIVCItETE Page 23 af25 2 9 IQ ll 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 2S 27 28 29 3D 31 32 33 34 35 36 37 38 39 �40 4I 42 43 44 45 46 9. Report test results in writing to Engineer, concrete ma.nufacturer, and Contractor wrthin 48 hours o�testing. Reports of cornpressive-strength tests shall contain Project identification name and number, date of cancxete placemen.t, name of eonerete testing and inspecting agency, Iocation of cnnerete batch in Work, design compxessive strength at 2S days, concre�e miYture praportions and materials, compressive hreaking strength, and type of break for both 7- and 2$-day tests. - 10. Addi�ianal Tests: Testing and inspecting agency s�all make additional tests of concrete when test results indicate that slump, air antrainmen% compressiv� strengths, or other requirements ]aa�e not been met, as directed by Engineer. Tasting and inspecting agency may conduct tests to deterrnine adequaoy of conerete by cored cylinders complying with .ASTM C42 or by other methods as directed by Engine�r. a. When the strength 1eve1 of the concrete for any portion of the structure, as indicated by cyli�der tests, falls below the speci�ed requirezx�ents, provide i�npraved curing conditions andlor adjustrnenfis to the m� design as required to obtain the requireci steength. Ifthe average strength of the laboratary control cylinders falls so low as to be d�emed unacceptable, follow the care test procedure set forth in ACI 301, Chapter 17. LocaYions of core tes�s sI�all be approved by tl�e Engineer. Core sampling and testin:g shall be at Contractors expense. b. If the results of the core tests indicat� that the strength of ihe structure is inadequate, any replacement, load testing, or strengthening as may be art�ered by the Enginear shaIl be provided by the Contractor without cost to the City. 1 l. Additional testing �.nd inspecting, at Contractar's expense, will be performed to determine campliance of replaced or additianal work �vith specifiad requiraments. 12. Corrset deficiencies in the Work that tes# reports and inspactions indicate daes not comply with the Contract ]]ocum�nts. D. Measure f�aor and slab flatness and levelness according to ASTM E1155 within 4$ hours of finishing. E. Conc�ete Finish Measurement and Tolerances 1. A11 floors ar� subject to measurement for flatness and levelness and comply vWith the following: a. Siabs shaIl be flat within a tnleraz�ce af 5/15 inches in 10 feet when tested with a 10 foat lang straighted�e. Apply straightedge to the slab at 3 foot intervals in bath directions, lapping straighfedge 3 feet on area� pre�iausly checked. Low spots shall nat e�eeed the above d'vnensian anywhere along the straigh�edge. FIatness shall be checked the ne� work day after finisluug. b. Slabs shall be level within a tolerance of � 1/4 inch in 10 fe�t, not t�n exceed 3/4 'tnches total variation, anywhere on the floor, from elavations indicated an the Drawings. Levelness shall be checkad on a 10 foot grid using a level after remvval of forms, c. Measure�nent Standard: Ajl floors are subject to measurement far flatness and Ievelness, accarding ta 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 speciiied h�rein. C1TY OP' FORT WOR'I'H Fort VVorth Nature Center & Itefuge Boardwalk Phase II STt1NDARD COI�ISTRUCTI4IV SPECIFICATION IJOCUMENTS ProjectNo. 102320 Revised March ] 1, 2022 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of25 1 2 3 4 5 6 7 8 9 �o li 12 13 14 15 16 1� 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 1) Minimum Local Valu�: The minimtiun lncal FF/FL values r�present the ab- solute z�inimum suxface profile t}�at will be acceptable for any 1 test sample (line of ineasurements) anywhere within the tes� area. 2j Speczfied Overall Value: The specifZed overall FFIFL valuas represent �e minimum values acceptable for individuai floor sections as well as the floor as a �vhale. 3. �'loor Test Seetions a. A fldor �est section is defined as the smaller ofthe foIlowing arsas; 1) The area bounded by column and/ax wall Iines 2) The area bounded by construction andlor control joint lines 3) A�y combination of colurnn lines and/or control joint lines b. Test sample measurement lines wi�l�in each test section shall be multidirectional along 2 orthngonal lines, as defined by ASTM E1155, at a spacing to be determined by the City's testing agency, a Th� precise layout of each tcst section shall be d�t�rmiried by the City's testing agency. 4. Concrete �'loor Finish Tolerance a. Tha following values apply before removal of shores. Levelness values (FL} do not apply to intentionally sloped or cambered areas, nar to slabs poured on metal deck or precast concrete. 1) Slabs O�erall Value FF45/�L30 Minimum Local Value FF30/FL20 5. �loor Elevation Toler�nce Envelope a. The acceptable toleranc� envelope for absoluie elevation of any point on the slab surface, with respect to the elevation shown an the Drawings, is as follows: 1) Slab-oza-Grade Constructton: � 3/4 incl� 2) Top surfaces of formed slat�s measured prior to removal of supporting shoras: f 3/a isich 3) Top surfaces of all other slabs: � 3/4 inch 4) Slabs specified to slope shall have a�oierance from the speci�'ied slope of 3/8 inch in 10 �eet at any point, up io �/a ineh fram theoretical ale�ation at any goint, 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.1U CLEANING 37 A. Defective Work 38 39 40 41 42 43 1. Imperfect or damaged wark or any material damaged or determined to be defective befare final completion and acceptance of the �n�ire job sha11 be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements af the Drawings and Speci�eations. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strengfih of the structure in any way. 44 B. Cleaning CITY OR FQRT WORTH Fort Worth isature Center & Refuge $oardwalk Phase II STANDAItD CONSTRUCTION SPECIFICATIOI� DOCUMENTS ProjeetNo. 102320 Revised Marcli I 1, 2.022 03 30 00 - 25 CA3T-IN-PLACE CONCItET� Page 25 of 23 � I. Upon completian ofthe work remove from the site al1 forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After s�veeping floors, wash floors with clean water. 4 3, Lea�e finished cancrete surfaces iu� a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIV�TIES [NOT USED] b 3.1� PROTECTION [NOT USED] 7 3.I3 MAINTENANCE [NOT USED] 8 3.14 ATTACHIV�NTS [NOT iTSED] 9 l0 11 END OF SECTION Revisian Log DA,TE N.l#ME SUMMARY QF CHANGE 2.2.0.3 -- Removed Blue Text/Added Descriptions for water-soluble, 1 212 0/2 0 1 2 D. Johnson chlor�de-ian content 3.4.C.1—Changed 75°/a #0 70% 3/11/2022 Zelalern Axe�a 1.3.8.5.#, 2.2.I.1, 2.�.0.2, — Added ASTMC595 — Ty�e ILcement CIT'Y OF FORT WORTI3 �'ort Worth Nature Center & TZefuge Boardwelk Phase ll STANDARD CON3TRUCT`ION SPECIFICATIQN DOCUMENTS Frnject No. 102320 Revised March 11, 2022 � as so 00 - i METAL FABRICA'FIpNS Page ] of 2 sECTYON o� �o 00 METAL FABRICATION� PART 1- GENERAL 1.01 SUMMARY A, Section Includes: MisceIlaneous anaetal work and related items. 1.02� SUBNIITTAL5 A, Shop Drawiilgs: Submit in accordance with SECTION al 33 23 - SHOP DR.AWINGS, FRODUCT DAT'A, AND SAMPLES. Include details of each metal fabrication, including seiting drawings for anchar bolts and atlier required anchors. B. Subrnit struct�aral caiculations prepared by manufaeturer for review by projeat engineer. Shap drawings and calc�lations shall be sealed by a professionaI engineer regis#ered in the State of Texas. PART � - PRODUCTS 2.01 MATERIALS A. Steel: ASTM A 36, sl�apes, pIates and bars, B. Threaded Fasteners: ASTM A 307, Grade A, bolts and nuts. C. Stud Anchors: Provide headed stud anchors with a szn�ooth shank of ca.rbon steel with a minimum tensile strength of 60,OD0 psi, as manufactured by Nelsan Stud Welding Div. or KSM Welding Syst�ms Div. D. Expansion Bolts: Fed. Spec. FF-S-325, Group II, Type A, Class I, Pravide Hilti Kw�lc�bolt or Ramset Tru�olt stud anchors. E. Galvanizing Repair Faint: Organic Zine-Ricl� coating containing 95 °fo metallic zinc, by weight in the dried filtn; r�cogniz�d under the Companent Program of Underwriter's Laboratories, Inc. as an equivalent to hot�dfp galvanizing; conforming to Federat Sp�cification DOD P-21 U35A for repair af hot-dip galvanizing as manufactured by ZRC Worldwide, Marshfield, MA (phone 80.0, $31.3275 web site: ww�v.zrcr�varldvNid�.cam). Provide Z.R.C. Cold Galvanizing Compound. 2.0� FABRICATION A. Fabricat� and ass�mble metal work in the svop �o the greatest extent possible. 1. Metal surfaces shaJl be ciean a;�d free of inill scale and rust pitting, w�ll-formed to shape a�d size with sharp lines and angles. Sl�earing and punching shall leave clean true lines and surfaces. Expos�d ends and edges shaIl be miiled smoo�h with corners slightiy rounded. 2. Weld shap eannections to the extent practieal, finish exposed welds smooth. Weld joints sha11 be flush. 3. Cut, drill or punch holes; do not make or enlarge by burning. Provide holes where required for cannecting the wark of o�er trades. �. Conceal fastenir�gs where practical. Thickness of inetal and method of assembly and support shalI give amp.le strength and rigidity. CITY OF FORT WORTH Fort Warfh Nature Center & Boa€dwalk Phase II STANDARD CONSTRUCTIQN SPECIFICATION DQCLTIVIEN"i'S City Project No. 102320 U55000-2 METAL PABRICATIONS Page 2 of 2 5. Assemble parts sa that joints are tight, members are in good alignment, and the finished work reproduces the drawing details as intended, 6. Stud Anchors: Weld stud anchozs to a�aiscellaneous shapes using welding equipment and procedures recommended by the manufacturer of the stud anchors used. B. Shop Painting: 1. Carbon steel surfaces shall be cleaned, degreased, azxd shop coated with a straight alkyd, zinc ck�rromate, rust inhibitive paint applied by brush or spray. Steel to be encased in concrete need nat be painted. 2. Aluinuium surfaces to be in direct cantact with c.oncret� and masonry shall be shop coated with zinc chromate primer. C. Galvanizing: Provide a zinc coating far those itams indicat�d or specified fio be galvanized, as follaws: 1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing rolled, press�d and forged s�eel sl�apes, plates, bars and strip �/s" thick and heavier, and for galvanizir�g assembled steel products. PART 3 - EXECiTTION 3.U1 IN�TALLATiON A. D�liver, st�re and erect metai work in such tnanner that the parts are not dajnaged or deformed. Install the work true to line, plumb, level, in proper alignment with other �uvork, and free of sags, buckles as�d othex objectionab�e defects. Anchorage shall be adeyuate to safely xesist a.11 stresses to which the work will normally be subjected. B. Touch-LTp Painting: Immediately after erection, cle.an field welds, bolted connections, and abraded areas of shop paint and paint exposed areas wifih same material used for sh4p painting. Apply by brush or spray to provide a minimum dry filt�n thicicn�ss of 2.0 mils. For galvanized surfaces, apply galvanizing repair paint. 3.0� M�,�CELLANEOUS METAL SCHEDi1LE A. General: The following is a general list of the metal work to be ft�rnished under �his section of the specifications. Other it�ms af mrtscellaneous metal work shown and noted on the drawings and not rnentioned elsewhere in the specifications shall be fiunis�ed as though specifieally describeti hexein. B. Fence: Provide fence of steel tubing and channels af the size, shape, and spacing as deiailed. 1. Miter eorners and weld connections. 2. Installation: Fenca to be erected plumb and straight. 3. Galvanize fence after fabrication. C. Miscellaiaeous Steel Shapes: Ghannels, wide flange shapes, angies, plates, tubing, connections, and bolts where shown and detailed on Drawings. Hot-dip galvanize where exposed to weafilier or touching earterior rnasonry after fabrication. Set mechanical unit frames directly on joists, nat on deck. Provide an angle �ram� supported by structure around al1 roof penetrations including hatches and ductwork, END OF SECTION CITY OP FORT WORTH Fort Wurth Nature Center & Boardwalk Phase II BTANDARD CONSTRUC770N SPECIFICATION DOCUMENTS Ciry Pro}eet No. I02320 057316-1 CABLE RAILING SYSTENI Page 1 of 2 SECTION 05 73 �6 CABLE RAILING SYSTEM PART 1 � GENERAL 1.01 SUMMAI7Y A. Sectian Includes; metal tailing infill. 1.02 SUEMITTALS A. Shop Dravaings: Submit in accardance with SECTION 01 33 23 - SHOl' DRAWINGS, PRODUCT DATA, AND S��MPLE�. Include details of each rzaetal fabrication, including setting drawings for anchar bolts arzd other required anchors. 1.Q3 STRUCTURAL REQULREMENTS A. Cables shaIl withstand a rninimum uniform load of 50 pounds per foot applied horizon�alIy or vertically dnwnward, bu� nnt simultaneously. B. Certificatians 1. Fumish c�rtification that all camponents and fittings are furnished by the sarne manufacturer or approved by the prilnary coinponent manufacfurer. 2. Furnish certifieation that components were installed in accardanc.e to fihe manufacturer's angineering data ta ineet the sp�cified design loads. PART � - PRQDUCTS �.dl MATERIALS A. Base Eid: Galvanize�d in accordazace �vit� ASTM A123 B. Alternate Bid: Stainless Steel, Type 316 ZA� PRODUCTS A, Railing and cornponeuts shaZl be as manufactured or supplied by Tl�e Wagner Companies, P,O. Box 423, Butler, WI 53007, 888.243.69I4, www.wagnercompanies.com. 2.D3 �`ASRICATION A. Cut material square and remove burxs from exposed edges, with no chamfer B. Mak� s�pas�d jaints butt tight and ilush. C. Verify dimensions on site prior to shop fabrication. PART 3 - EXECUTION 3.01 1NSTALLATION CITY OF FORT WORTH Fort Worth Nature Center & Refuga Boardwaik Phase II S3'ANDARD CON.STRUCTION SPECIFICATION DOCU1VIfiNTS Cit� Project No. 10232Q OS 73 16 - 2 CABLE RA1LII�#G SY3TEM Page 2 of 2 A, Install in accordanee with shop drawings aud manufacturer's instruetioz�s as indicated on drawings. B. Erect work parallel to rake of steps ar ramp, rigid, and free from distortion or defects detrimental ta appearance or performance. C. �lnchor cable railing system tv mounting surface as indicated on the drawings. D. Use manufacture�•'s supplied cable hardware. E. Terminat� and tension cables in accordance with manufacturer's ins�ructions. F. Tension cables to a minimum of 400 pounds-each in sequence in accardance with r�anufaeturer's instructians. G� Ensure cables are clean, paz�allel to each other and without kinks or sags. H. Adjusi cabl�s and cable hardware as required to provide properly� installed cable railing system as directed by Arclaitect. I. Expansion joints shall be provided as needed to allow for thermal e�ansion or contraction. 3.0� PROTECTION A. Yrotect cable railing system and f�nish frozn damage during construction. 3.03 CLEANING A. As installation is campleted, wash thoroughly using elean water and soap; rinse with clean water. B, Do not use acid solurian, steel wool ar other harsh abrasives. C. If stain remains after washing, remove finish and restnre in accordance with NAAMM/NOMMA Metal Finishes Manual. 3.04 REPA�R OF DEFECTIVE WORK A. R�move stained or otherwise defective woxk and replace with rnaterial that meets specif'icatiQn requirennents. B. Repair damaged finish as directed by Architect. C. Replaca defectiv� or damaged campanents as directed by Architect. END OF SECTION CITY QF FORT WORTH Fort Wnrth Nature Center & Refuge Boardwalk Phase II STANDARD COIVSTItUCTION SPECIFICATION DOCUIVIENTS City Praject No. 102320 061063-1 EXTERIOR ROiIGH CARPEN'FRY Page 1 af I SECTION OG 10 63 EXTERIOR ROUGH CARPENTRY 1.1 LUMBER, GENERAL A. Maxiunuzn Moisture Can#ent: 1. Boards: 15 percent. 2. Dimension Lumber; I S percent maximum; 19 percent for more than 2-inch norninal. I.� LUNIBER A. Diinension Lumber: No. 2 grada, Douglas fir-larch or inixed southern pine. Retain ane of tvvo "Boards" paragraphs bel�w, or retain both ant� indicate what each applies to. Grades in first paragraph nave higher-quality appearance fhan grades in second paragraph. B. Boards: Finish g�•ade Dougias fir or sauth�rn pi:ne. 1.3 PRESERVATIVE TREATMENT A. Boards and dirnensian lumber txeated accordin� to AWPA U1. 1.4 FASTENERS A. Hot-dip zinc coated unless oth�rwise indicated. END O�' SECTION Fort Worth Nature Center & Aefuge Boardwalk Phase II PRATIK W. NEAI, & ASSOCIATES, I%1C. City Project No. 10232D 0615 33- 1 WOOD PATIO DECKING Fage I of L SECTION Q615 33 WOOD PATIO DECKING 11 WOOD DECKING AND STAIK TR�ADS Re�in one oi two "Diuieiision Lumber Decking (and Stair Treads)" paragraphs below for 2-by-4 and 2-by-6 decking. A. Dimension Lumber Decking Ipe. B. Board Decking: 1-11�4-inch radius-edged S4S boards. 1. Species:Ipe. L� FASTENER� A. Stainless steel and Hat-dip zinc coated unless o#herwise indicated. B. For pressure-preservative-treated wood, use stainless steel fasteners. 1.3 METAL FRANIING ANCHORS A. Metal: Hot-dip galvanized steel aaad StainIess-steel sheet. B. Types: ]oist hangers and top flange hangers. 1.4 CQNCEAL�D DECKING FASTENERS A. Deck splines. B. Deck clips. C. Deck i�acks. 0 � �ND �F SECTION FRANK W. NEAL & ASS�CATTES, TNC. Fort WorEh Nature Center & Refuge Boardwalk Pbase II City Pmject No. 10232D D7S20Q-1 SHEET META.L PI.ASHING AIVD TRiM Page 1 of 3 sECTroN a� 6z aa SHEET METAL FLASHING AND TRiM PART 1 � GENERAL lAl SUMNiARY A. Section Includes: Sheet metal flashing and trim. 1.02 SUB1VUTTALS A. Samples: Submit in accordance with SECTION O1 33 00 - SUBMITTAL PR�CEDURES. Submit for apprnval samples of parapet coping cover expansian joint and solderad joint. ].03 DELIVERY, STORAGE AND HANDLING A. Stack pre-forined material ta pre�enti twisting, bending, and alarasions, and to pro�ide ventilation. B. Frevent contact with materials which may cause discolaratio� ar staining. 1.U4 QUALITY ASSUR.ANCE A. Siandard: Camply with th� requirem�nts of the Architectura! Sheet Metal Manual published by SMACNA. B, Tnstaller Qualifications: Gompany specializing in sheet metal �lashing wark with three years miniznum experience in similar sized iiistallations. 1.0� WARRANTY A. Furnish ta the Orvner a written warranty pro�iding fhe fallowing without cost to the Owner. 1. Sheet metaI raof flashings shall be maintained in nnrmal repair and free of leaks for a period of 2 years from the date of acceptance of the roof 2. At end of 2-year period, Ovaner and C�ntractor shall make final inspection of flashing wo�•k. Holes, breaks and other defects shall be promptly repaired at th� Contractor's �xp�nse. PART 2 - PRODUCTS 2.d1 MATERIALS A. She�t Metal: ASTM A 653 1. Roof top accessaries shall be Coating Designation G9Q Paint Grip, zinc coated (galvanized) copper-bearing stee] sheet, rniIl-phosphatized. B. Underlayment: ASTM D 226, 301b/100 s.f. weight felt cantain.ing no additives eotrosive to sheet metals. C. Solder: ASTM B 32, made fram block tin and pig lead (50/50) with no antimony. D. Sealant, Two cort�ponent polyure�haue, non-sagging, sealant as specifieci in SECTION 07 92 UO - JDINT SEALANTS. CITY OF FORT WORTH Fo�rt Worklt I�lahue Center & Refuge Boardwa[k Phase TI STANDARD CON5TRUCTION 5PECIFICATION DOCUMENTS Project No. 102320 07G200-2 SHF.RT METAL FLASHING AND TRIM Page 2 of 3 E. Miscella�eous items such as nails and mastic shall he fi.irnished as required by the condit�ons of use and must be of the best grade available. �.02 FABRICATTON A. Form sectians true ta shape, accurate in size, sq�are, free from distottion and defects, to profiles indicated in accordance with SMACNA Architeciural Sheet Metal Manual. B. Fabricate cleats and starter strips of same material as sheet, interlockable with sheet. C. Form pieces in longast practical Ieng#hs. D. Hem exposed flashings on underside'/z' ; miter and seam corners. E. Solder and seal zanetal joints �xcept �hase indicated or required to he expansive type joints. After soldering, remove flux. Wipe and wash sold�r joints clean. F. Fabricate corners from one place with minimum 18" lang Iegs; sotder for rigidiTy; seal with sealant. G Fabricate vertical faces with bottam edge fortned outward'/a" and bemmed to form drip. H. Fabrieate flashzz�gs ta ailow tae to extend minimum 2° over wa11 surfaces. I. Fahricate as much as possible in shop with machat�.ery to aliminate as much hand tooling an the job as possible. Shop fabricate to allow for adjustments in the field for propar ancharing and joining. PART 3 - EXECUTION 3.01 EXAMiNATION A. Verify t�:at st�t�faces and conditians are ready to recei�e work of this section. Notify Architect of any existing conditians whic�a will adversely affect execution. Beginning af execution will constitute acceptance of existing conditions. B. Verify roaf opet�ings, curbs, pipes, sleeves, ducts, and vents through roof are soiidly set, cant s�-ips and reglets in place, and nailing sixips loeatad. C. Veri�y membrane termination and base flashings ar� in place, sealed, and secure. 3.0� PREPA.RATI�N A. Field measure site conditions prior to fabricating woa•�. B. Install starter and edge strips, and cleais before star�ing installation, C. Install surFace monnted reglets true to lines and levels. Seal top of reglets with sealant. D. InstalI one layer af underlayment priar to installing copings. 3A3 INSTALLATION CITY OF FQ1tT WORT�i Fort Worth Nature Center & Refuge Boardwalk Phase II STANI3ARD CONSTRUCTIOA€ SPECiFICATION DOCiJM�NTS Project I�Ia. ]{1232D a�62no-3 SHEET METAL PLASHR�lG AND TdiIM Page 3 vf 3 A. General: Fabricai�, assemble, and install sheet metal work in conformance with referenced standard. 1. Make adequate pro�isian far metal expansion and coniraction withaut buckling ar splitting. C7s� cleats and watertight slip and expansion joints. 2. Nails a�d screws sliall be afth� sarne metal as the member on whicl� used. Nails through exposed wash surfaces will not be permitted. 3. Wl�en soldering, use flux and wash off surplus flux after soldering has bean coz►apleted. 4. Set slieet metal with horizontallines siraigh� and le�el. Surfaces sliall be flat without wrinkles az�d waves. Profiles shall align at joints with na ofFsets. 5. Conform to drawing details included in manuals publish�d by SMACNA and NRCA. &. Edge Securement %r Low-Slopa Roofs: Design in accordanca with ANSI/SPRI ES-1 for basic wi�ad speed zone with 3-second gusts. ?, Fit flashings tight in place. Make cornars square., surfac�s tru� and straight in planes, and lines accurate to profiles. S. Seal metal joints watertight. 9, Provide eIectrolytic separation between dissirnilar metals vvith protective back paint. B. Vent Stack Roof-Penetratian Flashing: Flashing shaSl have a weight rauge of 2— 4 lbslsq. ft. Coordinate installation ofroof penetrativn lead flashing fla.nge vvit�a installatio� afroofing and ather items peneirating roof. Base flashing shall be flanged 4 in. onta the roaf. The f�ange is fastened through the roofiug felts and is then stripped in by the roofer. Turn t11e top of the flashinp dQwn inside the vent pipe. Seal with sealant per Seotion 07 92 00 — Join.t Sealants, and clamp flashing to pipes that pene�rate raof. C. Miscellaneous flashings and other items of sheet metal roof work shall be pravided as req�ired for a weather�ight job. i �.rrZ�� a�y x� r ���.� C1TY OF FQ1tT WORTII Port WorthNafure Centar & Refuge Boardwalk Phase II STAN[�ARD CE3N8TRUCTION SPECIFICATIQN 170CiJMENTS Project No, 102320 o� 92 00 - � JO1NT SEAI.ANTS Page 1 of 3 sECTioN o9 �� oa JOINT SEALANTS PART 1- GENERAL 1.01 SUMMARY A. Section Incl�ades: Sealing and caulking af joints. 1.Q� SUBMITTALS A. Submit under provisions of �ECTION O1 33 00 - SUBMTTTAL PROCEDiJRES. B. Submit product data indiaating sealant chemical charaeteristics, performance criteria, limitations, color availabiIity at�d application instructions. C. Submit two samples'/a" diameter x 4" in size illustrating color selections a�ailable. D. Submit mar�ufaciurer's certificate under provisions of SECTION O 1 45 00 - QUALITY CQNTROL that products �eet or exceed specified requirennents. 1.03 QiTALITY ASSiJRANCE A. Manufacturer: Company specializing in manufacturing the products specified in this sectian with tninimum 3 years documented experience. B. Applicator: Gompany specializing in applying the wark of this section with minimum 3 yeaxs c�ocumented e�perience and approved by sealant manufacturer. C. Conform io �ealant and Waterproofers Institut� requirernents for materials and instal�ation. 1..04 FIELD SAMPLES A. Provide samples under provisions of SECTION 01 33 a0 - SUEMITTAL PR4CEDURES. B. Construct one field sample joint, 5 feet long, il.lustrating sealant type, colar, and tooled surface. C. Loca�e where directed. D. Accepted sample may remain as part of the wark. lA� PROJECT CONDITIONS A. Environmental Requirements: No caulking sha11 be done at �emperatures below �O�F. 1.Ob WARRANTY A. �urnish ta the Owner a�vritten warranty that the sealants shal! remain watertight for a period of 2 years from the dafie of acaept�nce of the building. Joints which prove defective by leaking, cracking, rnelting or siarinking of the sealant shall be re-sealed r�vithout additio�al expense to the Owner. CITY OF I'O1tT WORTH rort Worth Nature Center & Refuge Boazdwa{k Pl�ase II STA.I�ARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. i0232Q 07 92 00 - 2 JOINT SEAI.ANTS Page 2 of 3 PART � � PRODUCTS 2.01 MATERIALS A. Madified Polyurethane (Type 1 Sealant): 1. Two or three-part canforming to ASTM C 92�, Type M, Grade NS, Class 25. 2. Color: Custom colors as selected by Architect. 3, Product/manufacturer: Sonneborn Sonolastic NP2, BA�F the Cheznical Company Dymeric 240FC, Tremco. N� SUB�TTI'UTIUNS B. Silicona Sealant (Type 9 SeaIant): 1. �ing�e-ca�mtpo�ent, low-modulus, neuh al-curing, non-sag silicone sealant complying with ASTM D 5893 for Type N5. 2. Color: Grxy. 3. Product/manufacturer; one of ihe following; Roadsaver 5ilicone; Crafco, Inc. 888; Dow Corning Corporation �.0� ACCE�SORIES A. Pritner: Non.-staiz�izag type, reeaminended by sealant manUfacturer to suit application. B. 7oint Cleaner: Non-corrosive and non-staining type, recomrx�ended by sealant ma,nufacturer; coz�apatible with jai�it forming materials. C. ]oint Backin�: ASTMD 1056 and D 1565 round. In vertical joi�ts use closed cell palyefihyIene foam rod; ovexsized 30 to SO percent largar fi�an joint width. In horizontal joints, use solid neoprene or butyl rubber, Shore A hardness of 70. D. Band Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit agplicaiion, PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that surfaces and joint openings are ready tn receive vs+ork and fiel�l nneasurezx�ents are as shown an dra�c�vings and recommended by the manufacturer. B. Beginning of installation means insfialler accepts ��sting substrat�. 3.02 PREPARA.TI�N A. Joint surfaces shaIl be clean .and dry. Rema�e loose mortar and other�material coznpletely with compressed air ar by brushing, 1. Joints to be caulked shall be at least'/" wide unless specifcally specified smaller. At any point where the width of the joint is appreciabIy less, cut or grind nu� �h� joint to that �width to assure an adequate volume of sealant along th.e length o�fhe jaint, except at concrete paving jouits, thase sha11 remain 1/a" wide as indicated. CITY OF FORT WORTH Foft Worth I�IaEure Center & Refuge Boardwalk Fhase II STAND�.RD CONSTRIICTIOI*I SPECIFICt1TION IaOCUMENTS Ciry Prpject No, 10232Q 074200-3 IOINT SEALANTS Page 3 of 3 2. Paek with backing material the voids and reoesses around metal frames which are deepex than the depth required for caulknig. Leave the proper depth for the sealant. 3. In open joints and whe:re detailed, install rod stock as backing material. Roll the material into the j oints to avoid stretching. The n�tural thickness ofth� rod siock s�all he approximately twice the thickn�ss of the joint in which it is installed. 4. Ia raked rnasonry joinis, apply a boncibreaker strip of polyethylene ar mask.ing tape along the bottom ofthe joints. 5. Where sealant is to be applied against smoath metal suxfaces, wipe th�se surfaces elean with a suita6le ketone solvent immediately prior to caulking. 6. Particular attention shall be paid io the preparation of horizontal joints in wear surfaees to be filled with sealant. Adjust joint depth to comply with sea�ant manufaeturer's recommendatians by malleting do�vn the joint iiller or filling in with rod stock as may be required. Joints in conerete paving shall be primed in accorc�ance with rnanufacturer's racorrrmenda�ions. B. Perform preparation in accordance with ASTM C 1193 far solvent release sealants, C 1193 �or latex base sealants, C 919 for acoustical applicafiians, and C 1193 for elastomeric sealants. 3A3 APPLICATION A. Priming: Prinne porous joint surfaces, particularly rnasonry and concrete. Test the primer to make sure it causes no staining flf the material on which it is applie.d. B. Depth of sealant: Seal joints to a depth of appraxirnately'/z the j.oint width, but n�ver Iess than'/a" d�ep. Follow the sealant znanufacturer's recomrnendations where possible. C. Apply the sealant in accordance with the manufacturer's ia�:structions. l. Foxca th� sealant into jaints with enough pressure to expel all air and provide a salid filling. Correct auy flowing or sagging before �inal inspaetion is made. 2. Where adjacent surfaces permit, use masking tape to obtain straight, even li�zes. Remove tape immediately after t�e joints have heen sealed. 3. Fill joinis flush witk; adjacenti surfaces except where a recessed joint is speci�caIly detailed. Tool beads wiih a sled runner or similar tool to insure full contact with joint faces. 4. For caulking horizontal joint� in wear surfaces, use a gun with a narrow nozzle. Apply the flow type sealant with the �ozzle riding along the bottom so that the sealant is forced up to completely fill the slo# without cavities. Provide and use a poi�able vacuurr� cleaner ta remove loo,se dirt from the joints just ahead of the caulking gun. D. Install sealar�t free of air pockets, foreign embedded matter, ridges, and sags. E. Tool joints concave_ Sealant shall achieve a�rm skin befar� surface coafiing is applie8. 3.04 CLEANING/REPAYRTNG A. Clean adjacent surfaces af soi9ing due ta caulking operations. This applicator s�all be responsible for and shall bear the cost af replacing any material daznaged or discolored due to caulicing operations. B. Repair or replace defaced or disfigured finishes eaused hy wark of this section. 3.0� SEALANT SCHEDULE CITY OF FORT WORTH Fort Worih NaYure Center & 12efuge Boardwalfc Phase II STANDARD CON�TRUCT'lON SPECIPICATION DOCUMEI+f'TS City Project No. 14232U 0792fl0-�# JQINT SEAi.ANTS Page 4 af 3 A. Locations specified belaw for sealants and caulking required undex this seetion are generaI and shall not be considered as affecting the required usa of sealing compounds specified under other sections of the specifications. SEALANT TYPE 1 a. e. APPLICATION Sealing�oints in sheet metal fabricatin.ns. Unless nofied otherwise, other exterior vertical joznts. 0 a. Exterior horizontal control and expansion joints in concxete paving. END OF �ECTIQN CITY bF FORT WaRTH Fart Warth Nature Center & Refuge Boardwalk Phase II ST SNDARD CONSTRUCTIO�F 3PECIFICATIDN DOCIJMENTS City ProjectNo. i02320 �alaao-i SITB CLFARING Yage 1 of6 2 3 PARTl- GENERAL 4 1.1 SUMMARY 5 A. Sectian Includes: 6 7 8 9 ]0 ll 12 SECTION 31 10 00 SITE CLEARING 1. Preparation of right-of-way and vther ciesignated areas for construction operations by removing and disposing of all obstruc�ions including clearir�g and grubbing and treas, when removal of suoh obstructions is not specif cally shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviatians from this City of �'ort Vb'orth S#andard 5pecificati4n 1. None. 13 C. Relafed Specificatian Sections include but are not necessariiy limited to 14 1. Divisian 0— Bidd'z�g Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1— General Requirements 16 3. Section 02 41 13 — Seleetive Site Demolition i7 4. Section 02 41 14 —Utility RemovallAbandonment 18 1.2 PRICE ANll PAYMENT PROCEDURES 19 20 21 22 23 2�! 25 26 27 28 29 30 31 32 33 34 35 3b 3'1 38 39 40 A. Measurement and Payment 1 2 Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum, square yard, or per acre. b. Payment 1) The wark per�ornaed and the materials furnished ix� accordance with this It�m shall be paid for a# the lump sum, square yard, ar per acre price hid for "Site Clearing". e. The price bid shall include: 1} Pruning of designated trees and shrubs 2} Removal and disposal of struetures and obstruetions {unless separate bid item is provided under Q2 41 13 "$elective �ite Demolition" ar 02 41 14 "Utility RemovallAbandonments"). 3) Removal and dispasal af #rees uaader G-znches in diameter when bidding by lump sum ar syuare yard. 4) Removal of ALL trees when bidding by acre. 5) Backflling of holes 6) Clean-up Tree Removal {for trees 6-inch or larger in diarneter when Site Clearing is bid by lump sum or square yard) a. Measurement 1} Measurement for this Item sha11 be per each. CITY OF FORT WORTH Fart Worth Nature Center & Refuge Boardwalk Phase ii STAMDAFtD CONSTAUGT[ON 3PECiFICATION DOCUMENTS City Project No. 102320 Aevised March 22, 2021 31 l0 00 - 2 SI'I`E CLEt1RING Page 2 of 6 1 2 3 4 5 6 7 8 9 ia 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 3$ 39 40 41 �2 43 44 45 46 �7 48 49 3 4 2} Measurement of diametex for tree ramoval shall be ax standard "Dfamet�r at �reast Height" or DBH, where Sreast Height shall be 54" above grade. b. Payment J) The work perfarmed and the materials furr�ished in accordance with this Item s3�a11 be paid for at the unit price bid per each "Tree Removal" for: a) Various diameter ranges c. The price bid shall include: 1) Removal and disposal af tree, including remaval of root to a depth at least 2 foot below grade 2) Grading and backfilling of holes 3 ) Excavation 4) Clean-up Tree Removal and Transplantation a. Measurement 1) IVleasurement For this Item shaIl be per each. b. Payment 1) The work perforzned and fhe materrials furrnished in accordance with this Item shall6e paid for at the unit price bid per each "Tree Transplan#" for: a) Various diameter ranges a The price bid sha1� include: 1} Pruning of designated trees and shrubs 2} Moving tree with fruck m.ounted tree spade 3} Grading and backfilling oiholea 4} Replanting tz•ee at teinporaiy locatioz► (deterrr�ined by Contractor) 5) Maintaining tree until Work is eompleted 6) Replanting tree into original or designated location 7) Exca�ation $) Pertilization 9) Mulclaing 10} Watering 11} Clean-up 12} Wa�•ranty period Tree ProtecHon a. Measurez�aent 1) Measurement %r this Item per each as desi�aied on Construction Drawings for protec�an b. Payment 1) The �ork per%rmed and the materials furnished in accordance with tlus Item shall be paid for at the unit price bid per each "Tree Frotection" for: a) Various caliper ranges . c. The price bid shall include: 1} Protection afiree utilizing measures designated on Constructioii Drawings 2} Installation of work barriers as designated on Construction Drawings 3} Maintenance af protection measures throughout construction completed 4) Replanting txee into original ar designated location 5) Exca�ation 6) Fertilization 7) Mulching $) Clean-up CITY OF FQRT WORTH Fort Worth Mature Center & Refuge Doardwalk Phase II STANDARI) CONSTItUCTION SPECIPICATION D�CUNI�NTS City ProjectNo. 10232p Revised March 22, 2021 311040-3 SITB C1.EARING Page 3 of� � � 1 2 1.3 REFERENCES jNOT USED] 1.4 ADMINSTRATIVE REQiTIREMENT,S 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban �orestry Permits as reyuired by the City's Tree �rdiz�a.nce. PARI]-Forestry da�ails can be found here: Forestry — Welcome to the City of Fort Worth (fortrvorthtexas.�ov). U�rban Forestry Compliance's ordinance and requiremants are r�+ithin Zoning attd can be found here: Zoning — Welcome to the City of Fort Warth (fortwarthtex�s.gov). Preinstallai7ion Meetings 2. Hold a prel.iminary �ite clearing meeting and include the Gontractor, City Forester (if City owned tree) or representative of Urban Forestry (if privately owned tree), City Inspectar, and the Project Manager far the purpose af reviewing the Con#ractor's tree removal plan. Clearly znar� all trees to remain on the project site prior fio the meeting. 3. The Cot�tractor will provide the �ity with a Disposal Letter �n accordance to Division Q 1, i.� susn�TT�,s �rroT usEn� 1.6 ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 18 � 19 , 20 l.i CLOSEOUT SDBNIITTAI.S [NOT USED] 1.8 MAINTENANCE MATERIAL SUSIVIITTALS �NOT USED] 2l 1.9 QUALITY ASSURANGE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 23 L11 FIELD CONDITIONS [NOT USED] 24 1.1� WARRANTY [NOT II�ED] 25 PART 2- PRODUCTS [NOT USED] 2b PART 3 - EXECUTION � 27 3.1 INSTALLERS [NOT USED] f � 28 3.� EXAMiNATION [N�T U�ED] • . 29 , 30 , 31 , 32 33 ! , 34 3.3 PREPARATION A. All trees identified to be proteeted and/or preserved shou3d be clearly flagged wi#h survey tape. B, Following #apiz�g and prior to any ramovals or sife clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to canisrm trees to be saved. CITY OF FORT WORTH Fort VVorth Nature Center & Refuge Boardwalk Yhase il STANDARD CONSTRUCTfON SYECI�'1CAT1pN DOCUMENTS Ciry Project No. L02320 Revised March 22, 2021 3110p0-4 SITE CLEARING Page 4 of 6 3.4 INSTALI.ATION 2 3 4 5 6 7 8 9 10 11 I2 I3 14 IS 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 4l 42 43 44 45 46 A. Protection of Trees 1. Protect d�signated tree5 and prune trees and shrubs as shown an the Drawings. Refer to the Drawings for tree protection details. 2. IFthe Drawings do not provide tree protection details, protected fxees shal] be fenced by placing 6-foot ta11 metal T-posts in a square as•ound #he free trunk with the corners loca�ed on the canopy drip l�ae, unless insiructed othervvise, 3. When siie conditions do nat allaw for the T-posts to be installed at the drip line, the T-posts may be installed na less than 8 feet from the tree trunk. 4-foot high 12'/� gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to Form the es�closure. 4. �`or City-owned trees, P�D-Poresiry permission is required to install protective fencing inside af canopy drripline (Cr�tical Root Zone). 5. Additional trunk pratection (cladding) is required when protective fencing is approved within the Critical Root Zone. 6. Do not park equipz�aent, searvice equ�pment, stoz•e materiats, or distur[a #.lie raot area under the branches of trees designated for preservation. 7. When shown on the Drawings, treai cuts on trees with an approved ire� wound dressing wiihin 30 :minutes of making a pruning eut ar atherwise causing damage to the tree. $. Trees and brush shaIl be mulched on-site. a. Burnin.g as a m�ethod of disposal is not allawed. B. Hazardous Materials 1. The C�n�rantor will notify the Engin�er immedrately if any hazardous or questionable zx�aterials not shawn an the Drawings are encountered. This includes; but not limited to: a. Floor tiias b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal af hazardous matarials will ha in accordance with Division 1. C, Sit� Clearing 1. Clear areas shown on the Drawings af all obstruciions, exc�pt those landscap� features that are to be presezved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. k'oundations c. Flaar slabs d, Concrete e. Briek f. Lumber g. P�aster h. Septic tank drain fields i. Abandaned utility pipes oar canduits j. Equipment CITY QF �'ORT WQRTH Furt Wartlt NaYure Cen6er & 12efuge Boardwalk Phase Tl STANDARD CflN5TRTICTION SPECIFICATIQN DOCUMENTS Cify Project No. 102320 Re�ised March 22, 2021 311000-5 SITE CLEARING Page 5 of 6 1 2 3 4 5 b 7 S 9 10 lI 12 13 14 15 1C� 17 I8 l9 20 21 22 23 24 25 26 27 28 29 34 31 32 � 3 4. 5. 6. 7. k. Trrees 1. � Fences rn. Retaining walls n. aiher items as speci�"ied an the Drawings Remove vegetatzon and other landscape features not designated for preservation, whether above or below ground, irtcluding, but nat limited to: a. Curb and gutter b. Driveways c. Pa�+ed parking areas d. Miscellaneous stone �. Sidewalks £ Drainage structu r�s g. Manhales 1�. Inlets i. Abandoned rail�oad tracks j . Scrap iron k. Other debris Remove culverts, storm sewers, manholes, and in�ets in proper sequence to maintain traff'rc and drainage in accordance with �ection 02 41 14. In areas receiving embankment, remove obstructions not designated fbr preservatian to 2 fe.et be(ow natural ground. In areas to be excaeated, remove obstructians to 2 feet belaw the excavation level. In all other areas, remave abstructions to 1 foot below natural ground. When allowed by the Drarvings or dir�cted by tlie Engineer, cut �rees and stumps off to gro�nd level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of aIl trees within 24 hours of remo�al. 2, All materials and debris removed beco�nes the property of the Contractor, unless othervvise stated on the Drawings. 3. The Caniractar will dispose of material and debris off-site in accordance with local, state, azad federal laws and regulations. 33 3.� REPAIR �NOT USED] 34 3.6 RE-11�TSTALLATION [NOT USED] 35 3.i FIELD QUALITY CONTROL [NOT USED] 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING INOT USEDj 38 39 40 41 310 CLEANING [N�T USED] 3.11 CLOSEQIIT ACT�VTTIES [NOT USED] 31� �'ROTECTION �NOT USED] 3.I3 MAINTENANCE [NOT USED] C1TY QF FORT WORTI� Fort VaTnrth I�iafure Center & Keficge 13aardwalk Phase II STANDARb CONSTRUC`I'ION SPECT�ICATIOI� DOCL]N1ENT5 City Praject No. 102320 Revised Marcli 22, 2021 3] 1000-6 SITE CLI;ARING Page 6 of b 3.14 ATTACHIV�NT� [NOT USED] END OF S�CTIQN Revision Log DAT� NAME �LJMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Remaved ardinance number and added City's �vebsite adda•ess 3/22/2021 M. Ow�n �•z �larified measurement and payment, 1.4 Clarified adminish•ative requiremc;rtts. 3.4 Cla��ified additional installation requirements for tree protection and disposaE. CITX OF FQRT WORTH I'ort Worth Nature Center & Ttefuge Board�valk Phase Il STANL7ARD CONSTRUCTION SPECiFICAT]ftN DOCFIMENTS City Fro}ect No. 102320 Revised March 22, 2021 312316-1 UNCLASSIFIED EXCAVATIOTI Page 1 af S SECTION 312316 UNCLASSIFIED EXCAVATION PART1- GENERAL i.1 SUNIlIZAR� A. Section Includes: Excavate areas as shown on the Drawings or as directed. Remo�al af materials encourttered to the lines, grades, and typical sec�ians shown on th� Drrav�rings and ramoval fram site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. E�ca�ation for Structures e. Or any other oparafion involving the excavation of on-site materials B. Deviations from this City of Fort Worth S#an.dax�d Specification 1. None. C. Related Specification Sections inel�de, hut are nat necessarrily limited to: 1. Division 0— Bidding R�quirements, Contract Forms and Condit'rons af �e Contract 2. Division 1— General Requirernents 3. Sectian 31 23 23 — Borrow 4. Section 3124 00 — Ernbankments 1.� PRICE AND PAYMENT PROCEDURES A. Measurernent and Payment 1. Excavation �y Plan Quantity t 1 T,ro.,�,,,.e....e�+� ,.+t,,., r��,,.. �t,.,rt �.,, �.t,+�.,, ,..,t,.,, .. ,...a : :f„ �:�.,.t � ...+.,.h '71 [�TL..,,�_�,o„n»..or] 1.., 4T,e .,,,1.:...>n«.7 ; ;#n �;,-,nl .. n:+....-. 41..., : -..1......, �.� �. ua.ii iiivuou � „+l,a ., �l ,.lo.,., .,.,.,.i;�....7 b.... A,.E:.,i., 7 � !lA ..F+l,., l3,....,.,.>.1 �� , '' • r;+;.. ...7 ��, e � c a cs » � ,.�-..,.� � +L,e�e ., � +k., l�....f«.,.,+,.,.�.. .. ...1...1.+:. �x � c, Measurement and �yment for this item shall be seabsidiary ta the �a,rious bid ite�ns. No se�axate �aym:ent will b� allowed for this item. d. The price bid shalI inciude; 1) Excavation CI'fY OF FORT WDRTH Fart Worth Nature Center & Refuge Boardwalk Phase II STANDARD CON5TRi1C170N SPECICICATIOI�C DOCUM�TITS Ciry Praject Na. 102320 Revised Septemher 10, 2014 3i2316-2 T1I�ICLA5SIFIED EXCAVATI�P1 Page 2 of 5 2) 3) 4) 5) 6) 'i) 8) 9} Excavation Safety. Drying Dust Cantral Reworking nr r�placing the ovar e�cavated material in roelc euts Hauling Disposal of excess material not used eIsewhere onsite Scari�cation Clean-up . 1l T��io.,�„Yo,�,nn+ fi�. +t.: r4.,,�. ..L,.,11 L.,, l.r, at,., ,.,,1.;.. ..,«a :;+� �;,,�1 „ �;+;�„ z .,.,1,.,,1„+,,.7 , .V +l,o ., ,,.I „ �,�;40 „�,o+l,.,rl vwxvu. \ '1'ko f�i :11 ....-F ..F « 0 41�o C`:4o 1�..�� l. v. lo a.7 u - �.�cc�ivu �� miuzixvFaacrr •:•a•,•� , ,�`�•,« ccT 9uivHiEii��� cc e� �J �"�$ � �� r�„�+rh..�-..,,t Gl U.,.. ..«1.:.,.. .. v.l.,..;.,.. �-b.... .. ...+�`] mnfo«inl ; ..nlr r.,,.4n � � n vaa�a l� �--�1'�68#�2 �g�`�� 1.3 REFERENCES [NOT U,SED} A. Definitions 1. Unclassified Excavataon — Withaut regard to ma�erials, all excavations shall be considerad unclassified and sha11 include all materials exeavat�d. Any reference to Rack or aiher materials on the Drawings or in the speci�cations is solely for tlie City and the Contractor's information and is not to be taken as a classrfication of the excavation. 1.4 ADNIINSTRATNE REQUIREMENTS A. The Contractar will pravide the City wifih a Disposal Let�er in accordance to Division Ol. CITY OF FORT W�RTH Fort WorTli Nature Center & Refi�ge Boardwalk Phase II STANDART] CONS"[`RUCTION SPECIFICATIONDOCiJMENTS Ciry ProjectNo, 102320 Revised September 10, 2014 312316-3 C][VCLASSIFIED �XCAVATION Page 3 of 5 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMTTTALS/IlVFORMATIONAL SUBMiTTAL5 �NOT USED] 1.7 CLOSE�UT SUBNIITTALS [NOT USED] 1.� MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 19 QtTAL�TY ASSUR.ANCE A. Excavation Safety l. The Contractor shall l�e solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and trracing shall conaply with i:he irequirem�nts of OSHA excavation safeTy standards 29 CFR part 1926 and sta.te requirements. 1.10 DELNERY, STORAGE, AND HANDLING A. Storage 1. Within E�sting Rights-of-Way (ROV4� a. Soil may be stored within existing ROW, easements or temporary construct'ton easements, unless sp�cifically disallowed in the Contract Documents. b. Do not hlock drainage ways, inlets or driveways. c. Provide erosion control in accardance with Section 3125 00. d. When the Work is parformed in active traffic areas, store m�terials only in areas barricaded as provided in the traffic con�rol plans. e. In non-paved areas, do not stare material an the raot zone of any trees or in landscaped areas. 2. Designated S�orage Areas a. Ifthe Contract Documents do not aIlow the storage of spoils witlain the ROW, easement or temporazy construc�ion easernenfi, then secure and maintain an adequaia storage location. b. Provide an af�davit that rights �a�e been secured to store flie materials on prrvate property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. l.il FIELD CONDZTIONS A. EXisfing Cpnditions 1. Any data which has been or may be p:rovided on subsurface cvnditions is not intended as a representation or warranfy of accuracy or cantinuiLy between soils. It is expressly understood that neither the City nor the Engineer wi.Il be responsihle %r interpretations or conclusions drawn tl�ere frozn by the Contractor. 2. Data is made available for the convenience of 1�he Contractor. CITY dF FORT WORTH Fott Worth Nature Cent�r & 12efuge Boardwalk Phase Ii STANDAI2D CONSTIiLTCTiON 3AECIFICATION 170CUMENTS Ci[y Project Alo. ] 02320 Revised 5epismher 10, 20f4 31 23 16 - 4 UNCLA35LFTL�D �XCAVA'1'TOI� Page 4 oi 5 1.12 WA1tRANTY [NOT U��D] PART 2 - PR�DUCTS [NOT USED] 2.1 OWNER-FUI�TISHED [NOT USED] 2.2 PRODUCT TYPE� AND MATER.�ALS A. Materials 1. Unacceptable Fill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 PART 3 � EXECUTION 3.1 INSTALLER� [NOT USED] 3.2 EXAMiNATION [NOT USED] 3.3 PREPAR.ATION [NOT USED] 3.4 CONSTRiTCTION A. Accept awnership of unsuitable or excess material and dispose af material off-site accordance with local, state, and f�deral regulations at locations, B. Excavations shall be performed in the dry, and kept free frozn water, snow and ice during construetion �ith eh �xceptian of water that is applied for ciust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and prQperly dispo.se according to dispflsal plan. D. Maintain drainage in the excavated area to avoid dannaga ta the roadway seations and praposed or existing �tructures. E. Correct any damage to the subgracie caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening mat�rial below or outside the proposed grades. Remave and dispose Qf sIides as directed. G. Rock Cuts l, Exca�ate to f nish grades. 2. In the e�rent of ovex e�cauation due to contractor exror below the Iines and grades esta.blished in the. Drawings, use approved embankment material cornpacted in accordance with Section 3I 24 00 to replace tha o�er excavated at no additional eost to City, H. Earth C�ats 1. Excavate to finish subgrade CITY OF F�RT WORTH Fort Worth Nature Center & ReFuge Boardwalk Phasa II STANDARD CONSTRUCTION SPECiF1CATION I30CiJMENTS City Project No. 102320 Revised September 10, 2014 3123 16 - 5 LTNCLASSIFIED F,XCAVATION Page 5 of5 2. �n the ev�nt oiaver excavation due to contractor error below the lines and grades established in the Dravcrings, use approved embankment material cotnpacted in accordance with 5ection 31 24 00 to replace the over excauated at no additional co�t to Gity. 3. ManipuIate and compaet subgrade in accordance with Section 31 24 00. 3.5 REPAIR [N�T USED] 3.6 RE-INSTALLATIDN [NOT USEDj 3.7 FIELD QiTALITY CONTROL A_ S�bgrade '�'olerances I. Excavate to within Q.1 foot in all directions. 2. Ir� areas of over excavation, Contractor provides iill material approved by the City at no expense to the City. 3.8 SYSTEM STARTUP jNOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING �NOT iTSEDj 3.11 CLOSEOUT ACTNFrIES jNOT USED] 3.1� PROTECTION [NOT USED] 3.13 M�ileiTEN,ANCE [NfOT USED] 3.14 ATTACAMENTS [NOT iJSED] END OF SECTION Re�ision Log DATE NAME SUMMAItY OF CIIANGE � J CTTY OF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase Ti STANbAItb CdNSTKUCTTON SPECIFICATION DOCUMENTS � CiYy PrajectMa. 102320 Revised 3eptember 10, 2D14 31z3z3-i BORRow Page 1 of 5 SECTION 3123 23 :•" •� PART l. - GENERAL ili���1u iu r�:��� A. Seotion Includes: l. Furnish, place and compact Borraw material for grading. B. Deviations from this Cxty of Fort Warth Standard Specification 1. None. C. Related Specification Sectians include, but are not necessarily limited to: 1. Division 0— Bidding Requiremen�s, Cantract Forms and Conditions of fihe Contract 2. Di�ision 1— General Requsrernents 3. Section 31 23 16 — Unclassi�ad Excavation 4. Section 31 24 QO — Embaukments 1.2 PRICE AND PAYMENT PROCEDiTRES A. Measurement and Paymenf Borrow b� Plan Quantity h 2., .,+ +1. e Tl.. Cl ��L,o,� r.�. r,,.�] l,Y. 4i.., ..,,1.;., < .,...i ; :4.. F....,1 .. ..;4:.-... 41.:., ; ,.�1.,..... � � . .,.�;,,�s�.e.�+� ..�F'.,,,,,,�a:+:e� ., «o.I ���c . cc » cc 5� .,1.«:..7�...,-../.,......7y �..F.4...��, n 4�.o�,a n n +�.a (�.�r.4wnnfi.v��n «anv.i.v�ni�.:�i4s. 7 � c. Measurement and pavment for this item shall be subsidiary to the various bid ztems. No separate pavment will be allowed forthis item, d. The price bid shall include: 1) Txansportang or �auling material 2) Furnisi�ing, �lacing, compacting and finishing Borrow 3) Constructian Water A) Dust Control 5} Clean�up 6} Proof Rolling '7} Disposal of excess nr �aste mat�rial 8} Rewarking ar replaeement Qf undercut material CITY OF FaRT WORTH Fort WarthNature Center & Refuge Boardwalk Phase II STANDARD CQNSTRUCTIQI�4 SPECIFICATI�N DQCCJNIEI�ITS City Pro,ject No. 142320 Revised September 10, 2014 312323-2 BORROW Page 2 of 5 L"�� e�?�:-�-... - - • �f�� ��Y�S!� IG�S:l:'f f f �:1!f RllS!�7Slf:4iS'!!'!�: �f�!T.'f Y. � � - ' ylY!ysa�vn. t, n., .,t . a�nyni^vn� 11 rrt,e . ,.«l. ..o«� ,..,,oa .,,,a .,....+,,..;.,i., �,..�:�t�.,a : ,.«a.....,,,....;+� �.�;., r+,.�. _ '�. _ o ..� • � � .+�a.� GGI�/�- a+++�� �yy�n.�• f fl. �4 �,.. a uaa'uaui vcr-u� p�G1��G1iilTtl—P47 —[LC'LIIG�CC�L i ( y) � Y� �f s� :zse�rr.�::!!�;s�x� _ � , . . . � . .�. - • ■ . - ...�.��..��.-r,�_� �...�: �.�...�. , ��►�sser�:'r.s�,�,:er,� er.r:�s:�rr!rs:trss�:s�t_ . '• - Y. ' �' ' - � � � �.ea:yrr:,n� � � . � � � � \ � 1.3 REFERENCES A. Referenee Standards CI7'I' OF FOILT V�ORTH Fort Worth Nature Center & ltefuge Boardwalk Phase II STA3�]DAIiD CONSTR[ICTIOt�f SPECIFICATION DOCl1IvICNTS City Project No. 102320 Revised 5eptemher 10, 2014 312323-3 I30RROW Page 3 of5 1. Reference sta,ndards cited in this Specification refer to the cunent referance s�andard pub3ished at the time of the latest revision date logged at the end of this Specification, unless a date is speci�cally cited. 2. ASTM Standards a. ASTM D2487, Standard Fractice for Classification of Soils for Engineering Purposes (Unified Soil Classification �ystem} b. ASTM D4318-10, �tandard Test Methods for Liquid Limit, Plastic Limit, and 1'lastieity Ind�x of Soils c. ASTM D6913, Standard Test Methods for Particle-Size Distributian (Gradation) af 5oils Using Sieve Analysis d. ASTM D698, Standard Test Methods for Laboratory Compaction Characteristiics of Soij Using Standard Effart {I2,�00 ft-�bf/ft3) 1.4 ADMINISTRATIVE REQiTIIiEMENTS [NOT USED] 1.5 SUSNIITTALS A. Submittals shall be in accardance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. C. Submit lahoratory tests reparts far each �ail barrow source used to supply general borrow and select fiIl materials. L6 ACTION SUBNIITTALS/INFORMATIONAL SUBMiTT,ALS A. Shop Drawings Stockpiled Borrow matarial a. Provide a description of the storage of tlie deli�ered Borrow rnaterial onl� if the Contract Documents do not aIlo� storage of znaterials in the right-of-way of the easement. l.i CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAiNTENANCE MATERIAL SUBNIITTAL,S [NOT USED] 1.9 QUALITY ASSURANC� A. Borraw material shall be tested prior to delive�y to the 5ite, l. Frovide Proctor Test results, Grxdation and Atterberg Limits for Borrow material from �ach source. a. All testing listed above shall be perforrned in terms af ASTM D698, ASTM D6913 and A.STM D43I8-10 respectively. 1.10 DELNERY, STORA.GE, AND HANDLING A. Deii�ary 1. Coordinate all deliverias and haul-off. B. Storage l. Within Earisting Rights-of-Way (ROW} a. Borravv materials may be stored withzn existing ROW, easements or temporary canstruction easements, unless specifically disal�owed in th� Contract Documenis. CI'TY OI' FORT'�/OR'TH Fort Worth Nature Center & Refuge Boardwalk Phase II STr1NDARD CONSTRUCTION SP�CIPICATION D�CU3vLENTS City ProjectNa, 102320 Revised September 10, 2014 312323-4 BORROW Page 4 of 5 b. Da not bloc� drainage ways, inlets or driveways. . a Pro�ide erosion control in accardance with Section 31 25 OQ. d. Store materiais onty in areas barrieadecl as pro�ided in the �raffic control plans. e. In nan-paved areas, do not store materrial on the roat zone of any tr�es or in landscaped areas. 2. Designated Storaga Areas a. If the Contract Documents do nof a11ow the storag� of Borraw materials within the ROW, easemen# or temporary conshuction easement, then se.au�re a�ad maintain an adequate storage location. b. Provide an affidavit that rights have been secured to stare the materials on privat� prop.erty. c. 1'rovide erosion control in accordaace wzth Section 3l 25 00. d. Do not block drainage ways. e. Qnly materials used for 1�working day will be allowed to be stored in the work zone. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER F[JRNISHED [NOT USED] �.� PRODiFCT TYPE$ AND MATERiALS A. Borro�v 1. Additional soil beneath pavements, roadways, foundations and other structures required to achieve the elevations shown on the Drawings, 2. Acceptable F�ll Material a. In-situ ar imparted soils classified as CL, CH, SC ar GG in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 it�ches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 3. Blended FiII Material a. In�situ soils classz�ed as SP, SM, GP or GM in accordance with AS7'M D24&7' b. Blended with in-situ or imparted Acceptable Fill z�aterial ta meet the requiremen�ts af an Acceptable Fill Mat�rial c. Free from deleterious materials, baulders ov�r 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 4. Select Fi�l a, Classified as S� or CL in accardance �riih ASTM D2487 b. Liquid limit less than 35 c. Plasticity index betwean 8 and 20 5. Cement Stabilized 5and (CSS) a. Sand or silty sand b. Frea of clay or plastic material c. Minimum of 4�aercent cement content of Type I/II partland cement CITY DF i'QRT WORTH Fort Worth Nature Center & Refuge Saardwalk Phase II STANDARD COiVSTRUCTIpN SPECLFICATION DDCUMENTS City Prujeci Na. 102320 Revised Septerriber 10, 2014 312323-5 BORROW Page 5 of 5 d. lU0 to ISO psi campressive strength at 2 days in accordanee with A�TM D1633, Method A e. 204 ta 250 psi cornpressive st�ength at 23 days in accordance with ASTM D1633, Metk�od A fi: Mi�c in a statianary p�g mill, weigh-bafich or continuous mixing plant 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] �.4 ACCESSORIES [NOT USED] �.� SOURCE QUALI'TY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. All Borrow placement shalI be performed in accordance to Section 31 24 40. 3.5 REPAIR [NOT iTSED] 3.6 RE-1NSTALLATION [NOT USED] 3."i FIELD QUALITY CONTROL A. Field quality cnntrol �vill be performed in accordan�e to Section 31 24 00_ 3.$ SYSTEM STARTUP [NOT USED] 3.9 AI]JUSTING [NOT IIS�D] 310 CLEANING [NOT i1SED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHIVIENT5 [NOT USED] END OF SECTION Revision Log DATE NA11� 5t]MMARY OF CHANGE 12/20/2D12 D. Johnson 1.2 - Measurement and Payment 5ection madified; Blue Text added for clari�cation I/28.113 D. Johnson 1•2 `Modified Bid Item names in �a�ment sectian ta differentiate between Payment Methods on bid list. CT'1'Y OF PORT W012TT-I Fart WorW I�Tafure Center & Kafuge Boardwalk Phase II STANDPI2D CONSTRUCTION SPECITICATION DOCU�NTS City ProjectNo. 10232D Revised September 10, 2014 312400-I EMBANKMEiVTS Page 1 af9 1 2 3 PART1- GENERAL 4 L 1 SLTMMARY 5 A. Section Ineludes: 6 7 8 9 IO T1 12 13 14 SECTION 3124 UO EMBANKN�NTS 1, Transporting and placement of Acceptable Fill Material within the boundaries of the Site for construction af a. Roadways b. Embanlcments c. Drainag� Channels d. Si#e Grading e. Any other operation involving the placement of on-site materials B. Deviations from ihis City of �'ort Worth Standard �pecification 1. None. 15 C. Rel�.ted Specification Sectio�.s include, but are not necessarily limited tn: 16 1. Division 0— Bidding Requirements, Contract Forms and Condiiions of fhe Contract 17 2. Division 1-- General Requirements 18 1.� PRICE AND PAYII�NT PROCEDUR�S 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �2 A. Measurement and Payment 1. Embankments by Plan Quantity a. Measuremen# 1) Measurement for this Item s}�ll be by the cubic �rard in its �nal positian using the average end area metl�od. Limits of ineasurement are shown on the Drawings,. and as described in the Geatechnical Report.. 2j When measured by #he cubic yard in its iinal position, this is a plaaas quantity measurement Itert�;. The quantity to be paid is the quantity shown in the proposaI, unless modif'ied by Article 11.04 of the General Conditions. Additional measurements or caIculations will be made if adjustments of quantities are required. b. Payment 1) The work perfortned and materials furnished in accardance wi�h this Ttern and measured as provided under "Maasurement" �ill b� paid for at the unit price bid per cubic yard oi"Embanlan�nt by Plan". No additional car�apensation will be allowed for rock or shrinkage/sweli factors, as these are the Contractor's responsibi(ity. c. Tt�e price bid shall include: 1} Transporting or hauling znaterial 2) Placing, compacting, and iuushing Embankinent 3) Constr�actzo� Water 4) Dust Control 5) Clean-up 6) Proof Ralling CITY OF FORT WOIiTIi Fori Worth Nature Center & Refuge Bpardwalk Phase II STAIJDARD CONSTRUCTION SP�.CTFICATIONDOCUMENTS Ciry PrnjectNo. 1Q2320 Revised January 28, 2D13 312400-2 EMBANKMEIVTS Page 2 af 9 2 7) Disposal af e�cess materials S) Rewarking ar replacernent of undereut material 3 � �.,..�.,,..f.�.o„f., �.. c,.,..,e. e.a n,,.,�+:�., z. 4 . r ,r„ „r S 6 . 7 g+� „�.+.,;�, e :��:�.. ,. .,,� ,. �,�:f:,..,� 9 l.1 '�'L,� /�.+., . .:11 ..,,«F «.�, ., f:,�.,1 �.,.,n+.-,,,.�,., u� ��a3 arl�sruv rrS�$�: 1� il . 12 a��«:,,���e�tf�..:ii��se�J��e ��=��s` 13 . 14 15 16 17 18 19 20 21 22 23 24 25 26 �� ■� �rir_es rr.��*e�:��:.:s!+� �!!r.�s� r.�:�ares �s+: Ee!�v: r.�s�:ra�ef n:�. „ . , ■ i � r . _ 27 1.3 REFERENCES 28 A. Referez�ce Standards 29 1. Reference standards cited in this specification refer to the current refexence star�dard 30 published at the time of the latest re�isiox� date logged at the end of this 31 specification, unless a date is speci�iealIy cited. 32 33 3�F 35 36 37 38 39 a�o 41 42 43 44 45 2. ASTM Standards a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, and 1'lasticity Index of Soils b. ASTM D4943-08, 5tandard Test Method for Shrinkage �actors of Soils by the Wax Method c. ASTM D698-07e1, Standard Test Methods for Laboratory Cornpaction Characterzstics of Soil Us:ung Standard Effort d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction Characteristics of Sail ilsing Modiiied Effort e. ASTM D7382-08, Standard Test for Determination af Ma�mum Dry Unit �Veight and Water Content Range for Effective Compaction of Gr�ular Soils Using a Vibrating Hammar f. ASTM D155b-07, Standard Test For Density and Unit Weight of Soil In-Place by t�e Saz�d Cone Method 46 1.4 ADMINSTRATIVE REQUIItEMENTS 47 A. Sequen.cing CITY OF T'ORT WORTH Fart Worth �Iature Center & Refuge Bo.ardwalk Phase II STANDARD CONSTRUCTION SPECI�ICATION DdCUMEI�ITS City Yroject No. 102320 Re�ised Jenuary 28, 2013 3izaoo-3 EMBAA€KMENTS Page 3 of 9 I 1. Sequence r�ork such that calls of proctors are complete in accardance wiih ASTM 2 D698 prior ta commencement of consiructian aetivities. 3 ] .S SUBNIITTALS 4 A. Subrriittals shall b� in accordance with Section 01 33 OU. 5 B. All sub�niitals shall ba approved by the City prior to construction 5 1.6 ACTION SiTBNIITTALS/INFORMATIDNAL STJSMITTALS 7 A. Shop Drawings S I. Stockpiled material � a. �rovide a descrip�ion of the siorage of the excavated material only if the I O Contract Daeum�nts do not allaw storage of materials in the right-of-way ar tha I I easement I2 1.'� CLOSEOUT SUBNIITTALS (NOT USED] i3 L8 MAINTENANCE MATERiAL ,SiTBNIITTALS [NOT USED] l4 1.9 QUALITY ASSURANCE [NOT USED] 15 110 DELIVERY, STORAGE, AND AA.NDLING 16 17 18 19 20 21 22 23 24 25 26 27 28 29 34 3I 32 33 A. Storage 1. Within E�stuig Rights�of-Way (ROW) a. Soil may be stored within existing ROW, easements ort�mporary construction easements, unless specifically disallower3 in the Contract Doc�ments, b. Ilo not block drainage ways, inIets or drivevsrays. c. Provide erosian cantrol in accordance with Section 31 25 00. d. When the Work is perfatmed in active traffc areas, store materials only in areas barricaded as provided in tha traff'ie cantrol plans. e. In nan-paved areas, da not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Docurnents do not allow the stora�e within the ROW, easement vr temporary construction easement, then secur0 and maintain an adequate storage location. h. Provide an affidavit that rights haue been sacured to store the materials on private property. c. Provide erosian cantrol in accordane� with Section 31 25 00. d. Da not block drainage ways. 34 1.11 FIELD CONDIT�ONS 35 A. Existing Conditions 36 l. Any data which has been or may be provided on subsurFace conditions is not 37 intend.ed as a represen�ation or warraniy of accuracy ar cantinuity bet�een soils. It 38 is expressly understood that neither the City nar the Engineer will be responsible 39 for interpretations or conelusions dravun there from by the Contractar. 40 2. Data is made available for the conveniez�ce of the Cantractor. CITX OF FORT WORT�1 Fert Worth Nature Center & Refuge Boardwalk Phase II STANDARD CONS'T`RUCTION SPECJFICATION DOCUMENTS City Prnject No. 10232D Revised 7anvary 2$, 2013 3iz4oa-a EMBANKH+IENTS Page 4 of 9 1 I1� WAItitANTY [NOT USED] 2 PART Z - PRODUCTS 3 �1 OWNER-Fi7RNI�HED [NOT USED] 4 �.� PRODUCT TYPES AND MATERIAL� S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 A. Materials 1. Acceptable Fill Material a. In-situ or zmpo:rted soils classified as CL, CH, 5C ar GC in aecordance with ASTM D2487 b. Free �'�razn deleterious materials, houlders over 6 inclies in size and orgauics c. Can be placed free from voids d. Must laa�e 20 pexcent passing the number 200 sieve 2, Blended Fill Materiai a. In-situ soils classifed as GW, GP, GM, SW, SP, or SM iza accordat�ce vvitl� ASTM D2487 b. Blended with in-situ or imported acceptable backiill material to meet the rrequirements o� an Acceptahle Backf'ill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 2U p�rcent passing Yhe number 20a sieve 3. Unacceptable Pill Material a. In-situ sails ciassiiied as ML, MH, PT, OL or OH in accordance vvith ASTM D2487 4. Select Fill a, Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Flasticity index betvveen $ and 20 26 2.3 A55EMSY.V OR FABRYCATTON T(�I.ERAN�CF.S [NOT iISED] 2'i �.4 ACCESSORIES [NOT USED] 28 �.5 SOURCE QY7ALTTY CONTROL [NOT i7S�D] 29 PART 3 - EXECLTTTON 3a 3.1 INSTALLERS [NOT USED� 31 3.�. EXANiINATION �NOT USED� 32 3,3 PREPAItATION 33 A. Protection af in-Flace Conditions 34 1. Pa�vement 35 a. Conduct activities in such a way that does not damage existing pauement that is 36 designated to remain. � CITX OF FQRT VVOR'I'�I FarY Worti� Nature CenEer & Refuge Boardwalk Phase II STANDARi] CONS I'12UC'I'ION SPECI�'ICA7'IOA! DDCUMENTS Ciry Aroject No. 102320 Re�ised .Tanuary 28, 2{� 13 312400-5 E�vIBAT+�KMEMTS Yage 5 af 9 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 b. Repair or xeplace any pavement daznaged due to the negligence af the contractor outside the Iimits c3esignated far pavement removal a# no additional cas� 2, Trees a. When operating outside af e�sting ROW, stake permanent and temporary oanstruction easements. b. IZestrict all construction activities to #he designated easements anc3 ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 DU. d. Conduct emb.ankrnents in a manner s�ch that there is x�o damage to the tree canopy. e. Prune ar trim tree limbs as speci�cally allowed by the Drawings or as specifically allowed by the City. 1) Pruning or t7rimming m�ay only be accomplished with equip�nent specifieally designed far tree pruning or trimming. 3. Above grnund 5tructures a. Protect all above ground structures adjacent to the constructian. �. Traffi�� a. Maintain existing traffic, except as modified by the traffic control plan, and in acaordance �vith Section 34 71 13. b. Do nat block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2} Proper notification has been provided to the property o�vn�r or resident 3) It is specifically allowed in the traffic control plan 2S 3.4 INSTALLATION 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 A. Em�anlanents General 1. Placing and Gompacfiing Embankuient Material a. Perform fil] ap�ration in an orderly a�d systematic manner �sing equipment in proper sequence to meet the compaction raquirements b. Scarify and Ioosen t�� unpaved surface areas, excepi rock, to a depth of at least 6 iriches, unless otherwise shown on the Drawings c. Place fill on surfaces free from trees, stumps, roots, vegetation, ar other deleterious materials d. Bench slopes hefore placing material. e. Begin filling in the lowest section or the toe of the work area f When £�ill is placed directly or upon older fili, remove debris and any loose material and proof roll e�isting surface. g. After spreading ihe loose liits to the required thickness and ad�usting its moisture content as necessary, simultaneausly recompact scarified m�terial with the placed embai�nent material. h. Roll with suf�cient number passes to achieve ihe minimum required compaction. a. Provide water sprinkled a.� necessary to achieve reyuired mQisiure levels �or specified compact�on j. Do not add additional lifts until the entire previous li$ is properly corr�paeted. 2. Surface Water Control a. Grade sur�'ace horizontaily but provide with sui�tcient lan$itudinal and transverse slope to allow �or :ru�off of su�'ace water from ev�ry point. CTTY bF FQRT WORTH Port Worth Idature Cenfer & Refuge Boardwalk Phase II STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 1�2320 Revised ,Tanuary 28, 2013 �izaoa-6 EMBANKT�ENT� Page 6 vf 9 1 2 3 4 5 6 7 8 9 1a 3I 12 13 r� 1S 16 1'i 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 b. Conduct �ills so that no obsf.ructian to drainage from any other sections of fill is created. c. Tnstall temporary dewate�-ing sumps in low areas during �lling where excess amounts of runoff collect. d. Compact uniformlx throughaut. Keep surfaces oi%13 reasonably sinooth and fre� from liumps and hollaws �haf would prevent proper unifarm compaction. e. I3o not place fill during or shortly a$er rain even#s which prevent proper work placement of th� mat�rial and compactian f. Prior ta resuming compaction operafions, remove muddy materia� off the surface to expose fiizn and co�npacted materials B. �mbankments for Roads 1. Qnly Acceptable Fill Material will be allowad far raadways 2. Embankments for roadbeds shall be constructed in Iayers appro�cimately parallel to the finished grade di the s�re�t 3. Const�ruct generally to conform to the cross section o�the subgrade s.ection as sl�own in the Drawings. 4. Establish grade and shape to the typical sections shown on the Drawings S. Maintain fnished sections of embankment to the grade and compaction requirements until the project is accepted. C. Earth Emhankments 1 2. Earth embankment is mainly campased of material other than z�ock, Construct embanlcments iu successive layers, evenly distributing materials in lengths suited for sprinkling xnd rolling. Rack or Con.crete a. Obtain approval from the City priar ta incorporating rock and broken eoncrete produced by the constructian proj ect in the lower layers of the ernbankment. b. No Rock or Concrete wi11 be permitted in embankments in any �oeation where fufure utilities are antiCipated. c. When tlae size of approved rock or broken concrete exceeds the layer thickness place the rock and cancrete o.utside th� lirnits of the proposed strueturs or paveznent. Cut and remov� all expased reinforcing steel fram the broken concrete. 33 3. Move �he material dumped in piles ar windrows by blading or by similar methods 34 and incorporate it xnto unifoarm layers. 35 4. Featheredge or mix abutting layers of dissimilar material for at least 1 �0 feet to 36 ensure there are no abrupt changes in the material. 37 5. Break down clods or lumps of z�natexial az3d amix embank�nent until a uniform 3 S m�terial is attained. 39 40 1. Rock ernban�Cme�t is nnainly composed of rock. 41 2. Rock Embankments for roadways are only allowed when specifically designated on �2 the Drawings. 43 3. Constzuct rocic embanknnents in s�ccessive layers for the fiill width af the raadway 44 eross-sectian vvith a depth of 18-inches or less. D. Rock Embankments CITY qF FQRT WORTH PorY Worth Nature Genter & Refuge Boardwafk Phase II STANDARD COI�TSTRUC'E'iON SPECIFICATION DOCUIusENPS Ciry Project No. 102320 Iievised January 28, 2013 3124D0-7 ��.�v���mrrs ra�� 7 oe g 1 z 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 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any case. Fill �+oids cr�ated �y the large stone matr� with smaller stones during the placement and filling operations. 5. Ensure tha depth of the embankment Iayer is greater than �lie ma�cimum dimension of any rock. b. Do not place rock greater than 1$-inches in its maximum dirnension. 7. Construct the final layer with graded material so that th� density and unifarmity is in accordanc,e compaction requirements. 8. The upper or final la�er of rock embankments shall contain no material larger than 4 inches in their rnaximum dimension. E. Density 1. Compact eacb layer until the ma�zznum dry density as determined by ASTM D698 is acl�eved. a. Not Unc�er Roadway or Structure: 1} areas to be compacted in the open, not beneath any structure, pavement, filatwork, or is a rninimum of lfoot outside of the edge of any structure, edge of pavement, or back o� curb. a) Compact each layer to a minimum of 90 percent Standard Proctor Density. b. Embaukments under future paving: 1) Compact each layer to a minimum of 95 parcent standard proctor density with a moisture content not to exceed �4 percent or 2 percent oi op�ir�urn moisture or as indicated on �e Drawings c. Embankments under structures: 1} Compacted each layer as indicated on the Drawings F. Maintenance af Moisture and Reworlcing 1. Maintain the density and moistiare content ance all requirements are met. 2. F�r soils wiih a PI greater than l 5, main#ain the moisture content no lower tl�an 4 percentage points balow optimum. 3, Rework the material ta obtain the specified campaction when the materialloses the required stability, density, moisti.ire, or finish. 4. Alter the compaction methods and procedures on subsequsnt work to obtain specifie+d density as directed by the City. 34 3.� REPAIR [NOT USED] 35 3.6 RE-INSTALLATTON [NOT USED] 36 3.7 FIELD QUAILITY CONTROL 37 38 39 40 41 42 43 4�4 A. Field Tests and Inspectivns 1. Proctiors a. The City will perform Proctorrs in accorda�ace with ASTM D698. b. Test r�sults will generally ba available to within 4 ealendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector CITY OF FO1tT WORTI-I Fort Worth Naiure Center & itefuge Boardwallc Phase II STANbAl2b CONSTRUC"1'T�AISPECIPICATTON DOCNvIENTS Giiy ProjeatNa. 10232Q Revised Ianuary 2&, 2013 3i�aon-a E�vIBt�IKMENTS Page 8 of 9 2 4 5 6 7 �l} Engineer c. Notify the City if the �haracteristic af the soil changes. d. City will perform new procto.rs for varying soils: 1} When indicated in ihe geotechnical investigation in the Append� 2} If notified by the Cantractar 3} At the convenience of the Cify e. Embankments where different sail lypes are present and are blended, the proctars sha11 be based vn the mixture o�Fthose soils. 9 2. Proof RolIing 10 a, Embankmenis und�r Future Pavement 11 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 1 �} 15 16 17 18 19 2D 2I 22 23 24 or puinp. a) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3} Make at least 2 passes with the proaf roller (down and back = 1 pass). 4) Offset eacl� trip by at most 1 tire width. 5) If a:ri unstable or non-u�ifarm area is �ound, correct the area. 6) Correct a} Soft spots that rut ar pump greater than 314 inch. b) Areas that at•e unstable or non-uniform 7) If a non-unifarm area is forand then correct fhe area. b. Embankments Not Under Future Paving 1) No ProafRvIling is required. 25 3. Density Tasting of Embank�nents 26 a. Density Tesi shall be in conformanc.e with ASTM D2922. 27 b. Far Enabanl�ments under future pavament: 28 1) The City will perform density testing twice per warkin� day when 29 compaction operatians are being conducted. 3a 2) The testing Iab shall take a minimurn of 3 density tests, but the number af 31 test shall be appropriaie for the area being compacted. 32 3} Testing shall be representative ofthe current lift being compacted. 33 4} Special aitenfion should be placed on edge canditions. 34 c. Fox Embankznents not uz�der fuiure pavement or structures: 35 1} The City will perform density testing once working day when compaction 36 opexations are being conducted. 37 2} The testing lab shall take a minimum of 3 density tests. 38 3) Tasting shall be representati�e of the current lift being compacted. 39 d. Make the area where the emban.kment is being placed availab�e for testing. 40 e. The City will determine the lacation of the test. 41 f'I'he City testing lab will provide results to Cont�actor and fhe City's Inspector 42 upon completion of the testing. 43 g. A fornnal report will be posted ta the City's Buzzsaw site within 48 hours. 44 h. Tast reports shall include; 45 1) Location of test by stiation numb�r 46 2) Time and date of test 47 3) Depth of testing 48 4) Field moisture 49 5) Dry density CITY OF FORT WORTH Fort Worth N$ture Center & Tiefuge Boardwa[k Phase II STANI]ARF COIVSTRUCTIOi�i SPECIFICATIO3�I DOCUMENTS City PrajectNo. 1023.20 Revised 7anuary 28, 2013 31240U-9 LA+II3ANKIVI�N'1'S Page 9 of 9 1 Z 3 4 5 6 7 8 9 30 11 12 6� �PpCtOP 1C�011�1�ei 7� F01'COrit PI'OCtD1' D0ri5I� B. Non-Conforming Work 1. All non-conforming work shali be rernoved and replaced. 3.8 SYSTEM STARTUP [NOT USEn] 3.9 ADJUSTING rNOT USED] 3.10 CLEANIlVG �NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NaT USED] 3.13 1VI�,INTENANCE [N�T USED] 3.14 ATTACAMENTS [NOT USED] END OF SECTION � 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement a�d paym�nt procedures and Biue 12/20/2012 D. 3ahnson text for instructions an how the methads should be applied 2.2.2.a added GW and SW material classifications 1128/] 3 D. Jahnson I.2 — Modified Bid Item names in payment section to differentiate betwee:� Payznent Methods on bid lis#. CITY OF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Pi�ase ll STANDARD CqNSTRUCT1pN SPECLFICATION DOCZ]1VIENTS Ciry Project I�fa. 102326 gevised 7anuary 28, 2p l3 312500-1 EROSION AI�D SEDIIvIk:NT GONTROL Page 1 of 9 i 2 3 PARTf- GENERAL 4 1.1 SUMMARY S A. Sectian Includes: 6 7 8 9 10 sECTION 3i �.s ao EROSION AND SEDIMBNT CONTROL 1. Irnplemenfation �f tha project's Stor� Water Pallutioxl Prevention Plan (SWPPPj and installation, maintenance and rema�al of erosion and sediment control devie�s, and establishment of fir�al stabilization. B, Deviations from tnis City of Fort Worth Standard Specification 1. None. 11 C. Related Specification Sections inchide, but are not necessaeily 1irr�ited to: I2 1. Division U— Biddzng Requirezzaents, Contract F'orms aiid Conditions of the Contract 13 2.. Division 1— General Requirements 14 1.2 PRICE AND PAYM�NT PROCEDiTR�C� 15 16 17 18 19 20 21 22 23 2� 25 25 27 28 29 30 31 32 33 34 35 36 A. Measurement and Payment 1. Storm Water Pollution Preventinn Plan <1 acre a. Measure�nent 1) This Item is considered subsidiary ta the various Items bid. b. Payment I) The work perfarrned and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other coznpensatian will be allowed. 2. Stornt Water Poll�tian Prevention Plan > 1 acre a. Measurenaent for this Item shall ba by lump sum, b. Payment 1} The work performed and the mat�rials furnished in accoxdance with this Ite�n shall be paid for at the lu�np sum price bid for "SWPPP > 1 acre". c. The price bid shall includ�: 1} Preparation ofSWPPP 2) Implementatian 3) Pertnitting fees 4) Installation 5) Maintenance 6) Remaval '1) Obtaining andfor complying with grading and/or fill pez-na.its, if required 8) Final stabilization 37 1.3 REFERENCES 38 39 �40 41 A. Reference Standards 1. Reference standards cited in this 5pecification ref�r to the currant reference standard published at the tizne of the latest xevisian date logged at the end of this Specification, unless a date is specifically cited. CITY O�' FORT WOFiTI-� Fort Wortly Nature Center & Refugc BoardwaEk Phase II STAI�DAI2D CDNSTRUCTION SPECIFICATIQN DOCUMENTS City Project No. 102320 Re�ised April 29, 2621 3125Q0-2 EROSION AND SLIaI3vIENT CQNTRQL Page 2 of 9 1 2 3 4 5 6 7 8 9 10 ii J.2 13 14 1.4 2. ASTM Standard: a. ASTM D3786, 5tandard Test Method for Bursting Streng#h af Textile �'abrics—Diaphragtn Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elangation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of � Geotextile d. ASTM D4$33, �tanda�'d Test Methad f�r Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Enviror�mental Quality (TCEQ) TPDES General Pe�it No. Txiiisaaoo 4. TxDOT Departmental Material Specif cations (DMS} a. DMS-623Q "Temporary Sediment Canirol Fence Fabrid' ADMINISTRATIVE REQUIltEMENTS [NOT USED] 15 1.� SUSNIITTALS 1G I7 18 19 2� 21 z2 23 24 1.6 A. Starm Water Pollution Preventian Plan {SWPPP) B. TCE.Q Notice of Intent (NOI) for 5#orns Water Discharges Associated with Canstructian Activity ur�der the TPDES General Permit C. Cdnstruction Site Notice D. TCEQ No�tice of Termination (NOT} iar Storm Water Discharges Associated vwith Construction Activity under the TPDES General F�rmit E. Notice of Ch�nge (if applicable} F. Gradi�g and/or fill permit, if required ACTION STTBNIITTALS/INFORMATI�NAL SUBMITTALS jNOT USED] 25 1.'� CL�SEOUT SUSNIITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 27 1.9 QUALITY ASSTTRANCE [NnT USED] 28 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 29 30 1.11 FIELD [SiTE] CONDITIONS [NOT IISED] 11� WARRANTY [NOT USED] 31 PART � - PRODUCTS 32 33 34 , , 35 �.1. OWNER FLTRN�SHED [o�] OWNER-SUPPLIED PRODUCTS [NOT USED] �.2 PRODUCT TYPES AND MATERIALS A. Rock rilter Dams 1. Aggregate CITY OF FORT WORTH Fart WorthNature Center & Refuge Boardwalk Phase II STANDARb CQNSTRUC7TpN SFECIFICAT103V DOCLTN[ENTS City Projectlla. 102320 Revised April 29, 2021 312500-3 EROSi4N AND SEpIMENT COIVTROL Page 3 0£9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 2D 21 22 23 24 25 26 27 28 29 30 3i 32 33 3�} 35 36 37 38 39 a. Fumish aggregate with hardness, durability, cleanliness and resistance to crumbling, flalcing and �roding acceptable to the Engineer. b. �rovide the following; 1) Types l, 2 and 4 Rock Fiiter Dams a) U.se 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 2fl gauge galvanized wire for fhe steel wire mesh and tie wzres for Types 2 and 3 rock filter dams b. Type 4 dams require: 1} Double-twisted, hexagona] r�veave �witl� a nominal rr�esl� op�ning of 2'/z inches x 3 '/a inches 2} Minimum 0.0866 inch stael r�ira for nattzng 3} Minimum �.Ia63 inch steel wire far sel�ages and corners 4) Minimurn 0.0866 inch for bind'mg or tie wire B. Geotextile Fabric I. Place the aggregate aver geotextile fabric meeting the following criteria: a. Tensile �trength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 42Q psi, per ASTM D3786 d. Apparent Opening Size ofNo. 20 (nnax), per ASTM D47S1 C. Stabilized Construction Entrances l. Provide materials that meet ihe details shawn on the Drawings and tliis Section. a. Provide crushed aggregate �'or long and shor�-term cons�ructian exits. b. Furnish aggregates that are cleata, hard, durable and free fram adherent coatings such as salt, alkali, dirt, clay, laam, shale, soft or flaky materials and organic and injurious tnatter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed ove:r a geotextile fabric meeting the following criteria: 1} Tensile Strength of 3(}0 pounds, per A�TM 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 (znax), per ASTM D4751 D. Embankment for Erosion Control 1. Pravide rock, loam, clay, tapsoil o.r other earth materials that will form a stable embanIcment to meet the intended use. E. Sandbags 40 1, Provide sandbag material o.f polypropylene, polyethylene or polyamide woven 41 fabric with a tninimum unit vveight of 4 ounces per square yard, a Mullen btarst- 42 sf�ength exceeding 300 psi, ar�d an ultraviolet stability e�ceeding 70 percent. 43 2. Use natural coarse sand or manufact�zred sand meeting the gradation given in Table 44 1 to fill sandbags. 45 3. Filled sandbags must be 24 to 3 0 inches long, 1 b io 18 inchcs wide, and 6 ta 8 46 inches thick. CITY DP FORT WdRTH Fort WoRh Nature Center & Refuge �aardwallc Phase II STANDARD CONSTRUCTION SPECIFICATTQN DpCUMENTS City Yrojeat No, 102320 Revised Apri129, 2021 312500-4 ERDSION �AfD SEI7IMENT CONTROL Page 4 of 9 1 2 Table 1 Sand Gradation Sieve # Maximam Retained % b Wei ht 4 3 ercent 100 $0 erceiit 200 95 ercen� 3 4 5 6 7 8 9 1D 11 12 13 14 15 16 17 18 19 20 2l F. TempQrary Sedime�t Control Fence 1. Provide a net-reinforced fence using woven geo-textile fa6ric. 2. T,ogos visible to the traveling public will not be ailowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Ternporary S�dirnent Contral Fence Fabric." b. Posts 1) Provide esse�tially straight wood or stael posts with a mix�imum length of 48 inches, unless otherwise shown on the Drawings. �.) Soi� wood posts must be at least 3 inches in diasneter or nominal 2 x 4 inch 3) Hardwood posts rnust ha�e a mini�num cross-section of 1-1/2 x 1-112 inch 4) T- or L-shaped steei posts cnust ha�e a minimum weight of 1.3 p�unds per foot. c. Net Reinforcenaent 1) Provide net reinfarcement af at least 12-1l2 gauge galvanized welded wire rnesh, with a rnaximum opening size of 2 x A� inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1} Provide staples with a crown at Ieast 314 inch wide and legs 1/2 tnch long. 22 2,3 ACCESSORIES [NOT USED� 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTi�N 2S 3.1 Il�ISTALLERS [NOT i7SED] 26 3.2 EXAMIlVATTON [NOT USED] 27 3.3 PREPARATION [NOT USED] 2$ 29 30 31 32 33 34 3.4 INSTALLATION A. Starm Water Pollution Prevention Pian 1. Develop and implement the pro�ect's Storm Water Pollution Pravention Plan {SWPPP) in accordance with the TPDES Consfruction General Permit TXR154000 requirem;ents. Prevent water pollution frarn starm water runoff by using and maintaining appropriate structural and nanstructural BMl's to reduce pollutants discharges to the MS4 from the construetion site. 35 B. Gontrol M�asures CITY OT FORT WDRTfI Fort Worth Nature Center & Rsiuge Bpardwalk Phase II STANDt1RD GON5TRL3GTIOI�} SPECIFICATION I?QCUMENT3 CiTy Project No. 1 D2320 Revised Apri129, 2021 31 25 00 - 5 EROSION AND SEDIMENT C�NTRQI. Page 5 of 9 1 2 3 4 5 6 7 8 9 ia lI 12 13 I4 15 16 17 18 19 20 � 3 :� 5. Impl�:ment contral measures in the area to be disturbed before beginning constructxon, or as direc#ed. Limi# the disturbance to the area shown on the Drar�vings or as direct�d. Control site vva5#e such as discarded building materials, concreta fruck washout water, chemicals, lit�er and sanita�y waste at the construction sit�. If, in the opinion of the Engineer, thc Contraetor caz�not control s.oil erosion and sediznen�tation �resulting from cansiruction aperations, the Engineer will limit the disturbed area to that whieh ihe Contractor is able ta con#rol. Minimize disturbance to vegetation. Immediately correct ir�effective coni�ol measures. Implement additional contrnls as directed. Remnve excavated matarial within th.e tizne requirem�nts specified in the applicable storm water parmit. i7pon acceptanca of vegetative caver by the City, remove and dispos� of a31 temporary control measures, temporary eznbankm:ants, bridges, matting, falsewark, piling, debris, or other obstructions plaaed during constructian that are not a part of the fmished work, or as directed. C. Do nnt locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not insiall temporary constiuction crossings in or across any watar body r�itl�out �laa prior ap}�roval of the appropriate resource agency and the Engineer. 21 E. Pro�ide protected storage area far paznts, che�nicals, solvents, and fertilizers at ar� 22 approved location, Keep paints, chemicals, salvents, and fertilizers ofFbare ground ax�d 23 provide shel�er for stored ohemicaIs. 24 F. Installation and Maintenance 2S 26 27 28 24 3Q 3i 32 33 34 35 36 37 38 39 1, Perform work in accordance with the TPDES Construction General l'ermit TXR150000. 2. �Vhen appraved, sediments may be disposed of within emban.kments, or in areas where �he material will not contribute to �u�-ther siltation. 3. Dispose of rezx�oved �aaaterial in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upan remo�al, finish-grade and dress the area. b. Stabilize disturbed a.reas in accordance with the permit, ancl as shown an the Drawings or directed. 5. The Contractor retains ownership of stoc�Cpiled material and must remove if from the project when new installatiQns or replacements are no longer required. G. Rock Filter Dams iar Erosion Control l. Remove trees, brush, stumps and othear abjectionable �aterial that may interfere with �lie construction of rock filter dams. 40 2. Place sandbags as a foundation when reqaired or at t7�e Contractor's optian. 41 3. For Types 1, 2, 3, .az�d 5, place the aggregate to the lines, height, and slopes 42 specified, without undue voids, CIT'Y OF FO1ZT WQRTI-I Fart Worth Naiure Center & Rehiga Boardwalk Phasa Il STANDARD CDN5TRi1CTI0IrI SPECIFICATION DOCUMENTS City ProjaCt No. I02320 Revised Apri129, 2021 0 312500-6 �RQSI03V 1#I�FD SEDIMt3NT CqNTRQL Page & af 9 1 4. For Types 2 and 3, place the aggre�ate on tl�e rnesh and then fold the mesh at the 2 upstream sid� aver the aggr�gata and secr�re it to itself on the downst�•eam side with 3 �vire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed. 6 6. Construct filter dams accvrding to the following criteria, unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Nan-reinforced) 9 1) Height - At least 1$ inches measured vertically from existing ground to �op 10 af filter dam I 1 2j Top Width - At least 2 feet 12 3) Slopes - At most 2:1 I3 b. Type 2 (Reinforced) 14 1) Height - At least 18 inches measured vertically fram existing ground to top I S of Filter datn 16 2} Top Width - At least 2 feet 17 3} Slopes - At most 2:1 18 a Type 3 (Reinforced) 19 1) Height - At least 36 inches measured verticaily from existing ground to top 20 of filter dam 21 2) Top Width - At Teast 2 f�et 22 3) Slopes - At most 2:1 23 d. Type 4(Sack Gabions) z4 I) Un�vld sack gabions and smaoth out kinks and b�nds. 25 2) Fvr vertical iilling, connect the sides by lacing in a single loop—double loop 2� pattem on 4- to S-inches spacing. At 1 end, pu�l the end lacing rod until 27 tight, wrap araund the end, and twist 4 times. At the filling end� �1�1 Wii�1 28 stone, pu11 the rod tight, cut the wire with approxi:rr►ately 6 inch�s 29 remaining, and twist wires 4 fiimes. 30 3) For horizontal filling, place sack flat in a filling irough, fill with stone, and 31 connect sides and secure enc3s as described above. 32 4) Lift and piace without damaging the gabion. 33 5) Shape sack gabions t� existing contours. 34 e. Type S 35 1) Provide rock filter dams as shown on the Drawings. 36 37 38 39 40 41 42 43 44 45 46 H. Construction Entrances 1. 2. 3 When tracking conditians e�st, prevent tra�fic fram crossing or exiting the construetior� site or moving directly onto a publie roadway, alley, sidewalk, parking area, ar ather right of way areas other than at the location of construction entrances. Place the exit over a foundation caurse, if necessary. a. Grad� ihe foundation course or compacted subgrade to dir�ci runaff from the construction exits to a sediment trap as shown on the Drawings or as directed. Ai drive approaches, make sure the construction entrance is the fuil width of ti�e drive and zneets the le�ngth shown on. fhe Drawings. a. The width shall be at least 14 feet fo�• 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. - 47 I. Earthwork for Erosion Control CITY OF FORT WORTI3 Fort Worth Nature Center & Refuge Boardwalk Phase II STAIdDtIRD CONSTRUCTION SPECIFICATI0�1 DOCUMENTS City Prajeot No. 102320 Revised Apri129, 2021 3i2soo-� ERqSIqN ANI7 SED11VdENT Cp�TROL Page 7 of9 1 2 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 2b 27 28 1. Perform excavation and embankrnent operations ta mini�nize �rosian and to remove collected sediments frorn other erosion cantrol devices. a. Excavation and Embankment far Erosion Control Measures 1) P1ace �arth dik�s, swales nr carribinatians of both along the low crawn of daily lift placement, or as directed, to prevent runoff spillover. 2) Plac� swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construci cuts vaith the lov�r end blacked wi�h undistur�ed earth to prevent erosion a� hillsides. 4} Construet sediment traps at drainage structures in conjunction with other erosioil control m�asures as shawn on th� Drawings or as directed. 5} Where required, create a sediment basin pro�iding 3,600 cubic feet of storaga per acr� draiu�d, or equivalent control measur�s for drainage tocations that sexve an area wit� 10 or more disturbed acres at 1 tune, not incIuding offsite areas. b. Excavation of Sedimen# and Dabris 1} Remove sediment and debtis when accumulation affects the performance of the devices, after a rain, and when directed, 2} Remove sediment from sediment traps and sedimentation ponds no later than the fime that design capacity has b�en r�duced by SO%. 1. Sandbags for Erasian Control 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, ereat� a retention pand, d�in sediment and re�eas� water in sheet flaw. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for pxoper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. OfFset subsequen� raws of sandbags 1l2 the length of the preceding row. 29 5. Place a siugle laye:r of sandbags downstream as a secondary debris trap. 3Q 6. Place additianal sandbags as necessary or as directed for supplementary support to 31 berrns or dams of sandbags or earth. 32 33 34 35 3G 37 38 39 40 41 42 43 A�4 45 46 47 K. Temporary Sed'unent-Control Fence 1, Pra�ide ten�porary sediment-control fence nea�• the downstream perimeter of a disturbed area to intercept sedimant from sheet flow. 2. Incorporate the fence into erosion-control measures used ta conirol sediment in areas o#' higher flow. Instail the fence as sllovvn on the Drawings, as sp�cificd in this Section, or as directed. a. Pvst Installafion 1} Embed posts at least 18 inches deep, or adequately anc4�or, if in rock, with a spacing of 6 to $ feet and install on a slight angIe toward the run-off source. b. Fabric Arachoring 1) Dig trenches along the uphill side of the fence ta anchor 6 to 8 incl�es of fabric. 2) Provide a minimum trench crass-section of 6 x 6 inches 3} P1ace the fabric against thc side of the fren�h and align approxunat�ly 2 inches of fabric along the battom in the upstream directian. 4} Backfill the trench, then hand-tamp. CITY OF F4RT WORTT-3 Fort Worth Nature Center & Refuge Boardwalk Pl�ase II STANDARD CON3TRUCTION SPECIFICATION DOCi]MENTS City Pcojeet No, 102320 Revised Apri! 29, 2021 aizsao-s EROSION ANl7 SEIJIMEN'T CO1V'PROL Page S of9 1 2 3 4 5 6 7 8 9 10 11 12' 13 14 IS 16 17 l8 c. � Fabric and Net Reinforcemenf Attachrrzent 1) iTnless otherwise shown under tlae Drawings, attach the reinforcement to woo�en posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn verticaI pockets may be useti to attach reinforcernent to end posts. 3) Fasten the fabric to the top strand ofreinforcement by hog rings or cord every i 5 inches or less. Fabric aiid Net Splices 1) Locate splices at a fence post with a xninirnum lap of 6 iriches attached in at least 6 places equally spaced, unless atherwise shown under the Drawings. a) Dn not lncate sp3ices in concentrated flaw areas. 2) Reyuirements for installation of used temporary sediment-controI fence include the foliowing: a) Fabric with minimal or no visihle signs of biodegradafaan (weak fibers) b} �'abric without excessive patchir�g (more �han 1 patch every 15 to 20 feet) c) Posts without hends d) �acking without holes 19 3,5 REPAiR/RESTORATION �1VOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 �.9 F�ELD [on] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTElVI STARTiJP [NOT USED] 23 3.9 AD,IUSTING [NOT USED] 24 3.10 CLEANING 25 A. Waste Management 26 1. Remove s�dirnen�, d�bris and littar as needed. 27 3.11 CLOSEOUT ACTIVITIES 28 29 30 31 32 A. Erosifln control measures remain in place and are maintained until all soil disturbing acti�ih�s at the project site haue been compl�ted. B. Establish a unifortn vegetative cover with a de�sity of 70 percent on all unpaved areas, on area.s not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geote�ales) have been employed. 33 C. Once vegetative eover is acl�ieved, the contractor shall remove a31 temporary control 34 measures, before �nal project acceptance. It is tl�e cantractor's responsibility to remove 35 aI1 temporary control measures, uriless transfer af maintenance and subsequent reinoval 36 is transferred to another entity in writing. 37 D. LTpon achievernnen# of fiinal stabilization, submit NOT ta TCEQ, and pra�+ide a copy of 38 the NOT ta the City of Fort Wort}i"s Environmental Quaiity Divisian, if required. 39 E. CQmplete and suhrnit a Final Grading Certificate to Developiaaent �e�rvices, if reyuired. CITY OF FORT WORTH Port Worth Ilature Center & Refuge Boardwalk Phase Ci STANDARD CONSTRUCTION SPECIF'ICATIpN DOCiTMENTS City Project Na. 102320 Ttevised April 29, 2021 3i�soa-g ER03IdN AND SEDIMENT CONTIiOL Page 9 of 9 1 3.12 PROTECTION [NOT USED] 2 3.T3 MAINTENANCE 3 4 5 5 7 8 9 la 11 12 13 14 15 A. Insta.11 and maintain the integrity of temporary erasion and sedimentation control devices to accumulate silt and debris un�i1 earthwark canstruction and permancnt erasion control features are in place or the disturbeci area has been adequafi�ly stabilized as determined by the Engineer. B. If a device ceases to function as intended, z•epair or replace the device or partions thereof as necessary. C. Periorm inspections of the cons�ruction site as prescribed in the Construction General Perrznit TXRI SD000. D. Records of inspactions and modificatians based on the results af inspectians inust be �naintained and available in accordance with tlie permit. 3.1� ATTACHIVVI�NT� jNOT USED] END OF �ECTTON Revisian Log DAT� NAlVI� SiJMMARY OF CHANGB 1.1 A. 1. Re�ised language re: what section includes,l.2 A. 2. c. Clarified items included in prfce, 1.S Added items tia list of suhmitta�s, 2,2 Revised ianguage under Aprif 29, 2Q21 M. Owen product types/materials, 3.4 Revised language under "Installatian", and 3.l 1 C. Addad language to clarify responsihility to remove temporary protection tEevice and emphasize clearing of ROI� 16 � CTT'1' dT� �'OR7' WQRTH Fort Wurth Nature Center & Refuge Boardwalk Phase II STANDAI2D CONSTRUCTION SPECIFICATION DOCUIv�NTS City Projec# No. 102320 Revised Apri129, 202! 3�1 62 29 -1 DRILLED CONCItETE PTE1tS A,NIJ SHAFTS Page 1 qf 1 SECTION 31 62 29 DRILLED CONCRETE PIERS AND SHAFTS 1.1 Si1MMARY A. Slurry displacement instailed drilled piers. 1.� FIELD CONDITIONS A. Contractor to engage a surveyor or engineer to perfarm surveys, layouts, and measurernents. 1.3 MATERIALS A. �teel Reiniorcement: Deformed reinfarcing bars. B. St��l Casings: Ste�l pip�. C. Concrete: 30Q0 psi, 4U00 psi 1.4 FIELD QUALITY CONTROL A. Spacial Inspections: Owner will engag� inspector. B. Tes#ing Agency: Owner vvill engage agency. END OF SECTION � � � FRANK W. NEAL & ASSOCiATE5, INC. Fort Worth Nature Center & Refu$c Baardwallc Phase 11 City Proje�t No. 1p232p 32 O1 17 - 1 PEI2MANENT ASPIIALT PAVINCr R�PA1R Paga 1 of S 1 2 3 PART 1- GENEI�L ' _ .. Y J1/_III..:... a ._ S 6 7 S 9 10 11 12 13 14 15 15 17 1s 19 20 21 SECTTON 3� �1 17 PERMANENT ASPHALT PAVING REPAIR A. Section includes: 1. Flexible pavement repair to include, but z�ot lunited to: a. Utility cuts (vvater, sanitary s�w�r, drainage, franchise utilities, etc.} b. Warranty work c. Repairs of damage caused by Contractor d. Any permanent asphalt pavement repair needed during tha course of construction B. Deviations frorn this City of Fort Worth Standard Specification l . Nan e. C. Related Specifica�ion Sections include, but arc not necessarily ]imited to: 1. Division 0— Bidding Requirements, Contract Farms, and Conditians of th;e Co�traet 2. Di�ision 1— General Requirements 3. Section 03 34 16 — Conerete Base Material for Trench Repair 4. Section 32 12 16 — Asphalt Pa�ing S. Sectian 32 13 13 — Corncrete Paving 6. Sectian 33 O5 10 — Utility Trench Excavatian, Embedment an.d Backfill 22 1.2 PRICE AND PAYlVIENT PROCEDiJl��� 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �r A. Measuremen# ar�d Payment 1. Asphalt Pavement Repair a, Measurement 1) Measurement for this Item wi�l be by the linear foot afAsphalt Pavement Repair basad on tlae dafined wid� and roadway classification specified in the Drawings. 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 pric� pear linear �oot af Asphalt Pav�ment Repair. c. The price bid shall include: I) Prepa�ing final surfaces 2� Furnishing, loading, unloading, storing, hauling and h�ndling all mate:rials including freight and royalty 3) Traffic control for alI testing 4) Asphalt, aggregate, and addifive 5) Materials and work needed for corrsetive action 6) Trial batches 7) Tack coat CI7'Y OF FORT W�ItTH Fort WorEh Nahire Center & Refuge Boardwalk Phase rl STANDARD CONSTRUCTION SPECIFICATI4N DQCLJMENTS City. Project No. 10232U Revised December 20, 2012 3201 I7-2 PERMANEN'I' ASPHALT PAVING REPA]R Page 2 af 5 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 �z 33 34 35 36 37 38 39 40 41 42 43 4�} 4S 46 47 48 2 3. 4. 8} Removal and/or s�+eeping �xcess material Asphalt Pavement Repair for Utility Service Trencla a. Measurement 1} Mcasurement for fhis Itern will be by the linear %ot of Asphatt Pavement Repair centered an the proposed sewer service line measured from the face of curb tn the limit oithe Asphalt Pavement Repair for the main sewer line. b, Pay�nent 1) The work performed and materials furnished in accordance wath this Item ar�d measuxed as provided under "Measuremant" v►�ill be paid for at the unit price bid price per linear foot of "Asphalt Pavement Rapai r, Service" installed %r: a) Various types of util.ities c. The price bid sitall in.cIude: 1) Preparing �mal surfaces 2) Furnishing, loading, nnloading, storing, hauling and handling all materials ineluding freight and royalty 3) Traf#'ze control for a�l testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action G) Trial batches '1} Tack coat 8} Removal ancUar ,sweeping excess matarial Asphalt Pavement Repair Beyond Deiined Width a. Measurernent 1) Measurer►�ent for this Item vvill be by the square yaxd for asp.halt pavement repair beyond pay limits of tkte def ned width of Asphalt Pavement Repair �y roadway classification specified in the Drawings. b. Payznent 1) The work performed and materiais furnished in accordance with this Item and �neasured as pra�ided under "MEasur�msnt" will be paid for at the unit price bid per square yard of As�ahalt Pavament Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces 2} Furnishing, loadaz�g, unloading, storing, hauiing and handling all materials including freight and rayalty 3) TratFic contrvl for all testing 4) Asphalt, aggregate, anci additive 5) Materials and work needed for correetive action 6) Trial batches 7) Tack coat 8) Removal and/ar sweeping excess material Extra Widtn Asphalt Paveinenti Repair a. Measurement 1) Measurement for tt►is Item will be by the square yard f�r surface repair {does not include hase repair) %r: a) Various thic�cnesses b. Payment CITY OF FORT WORTH Rort Worth Nature Center & 12efeige Boardwalk Phase I[ STANDARD CaNSTRiTCT'Iald SP�CIFICATION DOCIIMENTS City Project t�io. 102320 Kevised Decemher 2D, 2012 3201 17 - 3 PERMANENT ASPHALT PAVING R�PAIR Page 3 of 5 1 2 3 4 5 6 7 8 9 1Q 11 12 13 14 1.3 15 i6 1} The work performed and materials furnished in accordance with this Item and maasured as provided under "Measurement" will be paid for at the unit price bid per square yard of E�•a Width Asphalt Pavement Repaar c. Tha price bid shall include: 1} Preparing final suz�faces 2} Furnishing, Ioading, unloading, st�ring, hauling and hanc�ling all materials includin� freight and rayaliy 3} Tra�c control for aIl testing 4} Aspl�alt, aggregaie, and additi�e 5) Materials and wo�'k needed for corrective action 6� Trial hatches 7} Tack coat 8) Removal and/or sweeping excess material REFERENCES A. Definitions 1. H.M.A.C. — Hot Mi� Asphalt Concret� 17 1.4 ADMiNISTR.ATIVE REQLTIltEMENTS 18 A. Permitting 19 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 20 az�d Public Works Department in oonformance with cut•r�nt ordinanc�s. 21 2. The Transportation and Public WQrks Dep.artmant will inspect the pa�ing xepair 22 after eonsfruction. 23 1.5 �iIB1VIITTALS [NOT USED] 24 i.6 ACTION SUBNIITTALS/INFORMAT�ONAL SUBNIITTALS 2S A. Asphalt Pavement Mi� Design: submit for approval: see Section 32 12 16. 2b 1.7 CLOS�OUT SUSNIITTAL,S [NO'T' USED] 27 1.� MAINTENANCE MATERIAL SUBIVIITTALS jNOT USED] 28 1.9 QUAL�TY A5SURANCE [NOT USED] 29 Lll DELIVERY, STORAGE, AND HANDLING [NOTUSED] 30 1.Ix F�LD CONDITY�NS 31 A. Place mixture when the roadway surface temperature is 45 degrees F ar higher and 32 riszng unless ot�envise approved. CITY OF FORT WORTH Fort Worth Nature Center & Refuge Baard�✓allc Phase II ST,�INDARD CbNSTRUCTIQN SPECIFICATIONDQCUMENTS Cityr ProjectNo. 102320 Revised December 2U, 20.12 32 01 17 -4 FERMANENF ASPHALT PAVIi+lG REPATR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2 - PRODIICTS 3 �.1 OWNER FiJRN7SHED [NOT USED] 4 �.� MATERiAI.,S 5 A. Backfill 6 1. See Section 33 a5 10, 7 B. Base Material 8 1. Cancrete Base Material for Trench Repair: See Sec�ivn Q3 34 16. 9 2. Concreie Base: See �ectian 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1, H.M.A.C. paving: Type D. 12 �.3 ACCESSORiES [NOT U�ED] 13 �,4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 16 17 3.1 IIVSTALLERS [NOT iTSED] 3.� F�. L�1�MINATION �NOT USED] 3.3 PREPAI2ATIDN 18 A. Surface Preparation I9 1. Mark pavement cut for repairs for approv�l by the City. 20 2. Cnntractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. General 1. Equiprnent a. Use �nachin� intend�d for c�t�ing pavement. b. Milling machines may be used as Iong as straight edge is maintained. 2. Repairs: In true and straight lines td dimensions shown on the Drawings, 3. Utility Cuts a. In a true and straight line on both sides af �e trench b. Minimum af I2 inches outside the trench walls c. If tk�e existing flexibie �auernent is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutiter. 4, Limit dust and residues from sawing from entering the atrnasphere or drainage facilities. B. Rerr�oval CITY OF FORT WORTH Fort Warth Nature Cenier & Refirge Boardwalk Ahase II STANDARD CONSTRUCTI�N SPECIFICATIONDOCUMENTS City ProjectNa. 102320 Ravisad Decemhar 20, 2012 3zoi i�-s PERMANENT ASPHALT PAVING AEPAIR Page 3 pf 5 1 2 3 � 5 6 7 8 9 10 I1 12 i3 14 ].5 i6 17 18 19 20 21 22 23 1. Use care to prer�enti fracturing �xisting pav�ment structure adjacent to ihe repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt 1'aving 1. H.M.A.0 placeinent; in accordance wiih Section 32 I2 16 2. Type D surface mi� 3. Depth: as specified in Drawings 4. �'lace surface mix ira Iifts not to exceed 3 inches. S. Last or top lift sha11 not b� l�ss fhan 2 inches thick. 3.� REPAIR/REST�RATION �NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING �NOT LTSED] 3.10 CI.EANING [NOT USED] 3.11 CLQSEOUT ACTI'VTTIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT �USEDj 3.14 ATTACHII�NTS [NOT USED] END OF SECTION Revision Log DATE N.AME S UNIMARY OF CHANGE 1,2.A— Modif ed Items to be included in price bid; Added blue text for cIarificatian 12/20/2012 D.lohnsan of repair �vidtlt on utility trench repair; Added a bid item for utility serviee trench repair. 24 CITY OF FORT WORTH Fprt Worih 7Vaiure Center & Refuge Baardwalk Phase II STANDftRD CONSTRUCT'ION SPBCIFICATION DOCUMENTS City YrajeCtNo. 10232� Revised December 24, 2012 i azo� Xs- i TEMPORARY ASPHALT PAVING TtEPAIR Page 1 of 3 1 2 3 PART l. - GENERAL 4 1.1 SUNIlI7ARY sECTioN �� oi �s TEMPORARY ASPHALT PAVIlVG REPAIR S A. .Section �ncludes: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for 7 totaI reconstruction under a Capital Improvement Pragram ar resurfacing under a 8 Stre.et Mainienance Program. 9 2. Repairs of damage caused by Cantrac�nr 10 3, Any o#her temporary pavement rapair needed during tlae course of construction. 11 B. Deviations frorn this City ofFort Woirth Standard Specification I2 1. None. 13 14 15 16 17 i8 19 1.2 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 C. IZelated Specifi�ation Sections in�clude, but are not necessarily linnited to: I. Division �- Bidding Requirements, Contract Forms, and C.onditions of�he Contract 2. Division I- General Requirem�nts 3. Section 32 11 23 - Flexible Base Courses 4. Sectian 32 12 16 - Asphalt Paving 5. Section 33 OS 10 - Utility Treneh Excavation, Emhedment and Backfill PRICE AND PAYIV�NT PROCEDZIRES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Temporary Asphalt Paving Repair. 2. Payment a. The worrlc perfor�neci and matarials furnish�d in accordance with f,his Item and measured as pravided under "Measurement" will be paid for at the unit prica bid per j�n�ar foot of Temporary Asphalt Paving Repair. No additional payment will be provided £or repazrs of damage to adjaeent pav�ment caused by the Con�ractor. 3. The price bid shall include: a. Preparing fir�al surfaces b. Furnishing, loading, unioading, storing, hauling and handling all materials including freight and royaity c. Traffic control for a11 testing ci. Asphalt, aggregate, and additive e. Materials and work needed for corrective action £ Trial batches g. Tack coat h. Removal andJor sweeping e�cess -�xzaterrial CITY OF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Pl�ase I] STANDARD CONSTRIICTION SPECIFICATIDN DOCiJMENTS Gity Project No. 102320 Revised DeceEnher 20, 2012 3201 3$-2 T�MPORAEiY ASPHALT PAVCNC'i REPAIR Page 2 nf 3 I l.3 RE�ERENCES 2 A. Definitions 3 1. H.M.A.C. — Hot Mix Asphalt Concrete 4 1.4 ADIVIIl�IISTRATIVE REQUIIZEMENTS 5 A. Permitting 6 1. Obtain Street Use Permit to malce utility cuts in the atreei from the Trausportation 7 and Public Works Department in conformance with current ordinances. 8 2. The Transportation and �ublic Works Department will inspect the paving repair 9 aft�x consixuetion. ] 0 l .� SUBNIITTALS [NOT USED] 11 1.6 ACTION SUBNIITTALSIINFQRMAT�ONAL SUBMITTALS 12 A. Asphalt Pavement Mix Design: sub�nit for approval. Section 32 12 16. 13 i.'� CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 M AINTENANCE MATERiAI. SUBNIITTALS [NOT USED] 15 1.9 QUALITY ASSiTRA1vCE [NOT USED] lb 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD CONDITIONS 18 A. Waather Conditions: Place mixture when the roadv,�ay surface t�mperature is 40 �iegrees 19 F or higher and rising unless otherwise apgroved. 20 1.12 WARRANTY [NOT US�D� 21 PART 2 - PRDDUCTS 22 2.1 OWNER�FT�URNISHED 1NOT USED7 23 2.2 MATERIALS 24 25 26 27 28 29 30 31 A. Bac1�iI1: see �ection 33 05 ] 0. k3. Base Material 1. Flexible Bas�: Us� exi�ting bas� and add naw flearible bas8 as requirad in accordat�ce with Section 32 11 23. C. Asphalt C.oncrete; See Section 32 12 16, 1. H.M.A.C. pavin$: Type D. 2.3 ACCESSORTES [NOT USED] 2.4 SOURCE QUALTTY CONTROL [NOT USED] 32 PART 3 - EXECLTTION � CITY QP FOIiT WOIiT�I Fort Warth Nai�ire Canter & Refuge IIoardwalk Phase II STANDARD GO�fSTRUCTIQN SPECIFICATIpN DOCUMENTS Git}r ProjectNa. 1Q232Q Kevised Aecember 20, 2012 � 320118-3 TEMPpT�ARY ASP�IAI,T PAVING 12�PA112 Page 3 af 3 1 3.1 INSTALLERS �NOT USED] 2 3.2 EXANIINATION [NOT USED] 3 3.3 PREPARATION jNOT USED] 4 3.4 INSTALLATYON 5 6 7 8 9 1� II 12 13 14 15 16 17 18 19 �o 21 22 23 24 25 26 27 A. Removal l. Use an appro�ed method that produces a neat edge. 2. Us� care ta prevent fracturing e�sting p�vement structure adjacent to t�e repair area. B. Base 1. Inst�ll fle�ihle base material per detail. 2. See Section 32 11 �.3. C. Apshalt Paving 1. H.M.A.C. placement: in accordaz�ce with Sectzon 32 12 16. 2. Type D surface mix, 3.� REPATRIR.ESTORATION [NOT USEDj 3.6 RE-INSTALLATIDN [N�T USED] 3.9 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NO'I' USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING jNOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USEDj 31� PRDTECTIQN [NOT iTSED] 313 k1�AINTENANCE [NOT USED] 314 ATTACAMENTS [NOT USED] END DF SECTION ' Revision Log DATE NA11� SUMMARY OF CHANGE 1 2120120 1 2 D. Johnson I.2.A -- Modified Items to be included in price bid CI7'I pF FQRT WORTH Fart Worth Nature Center & Refuge Boardwalk Phase II $TAIII7ATtb CONSTRUCTION 51'ECIFICATION T�qCUMENTS City Project tVo. 102320 Rcsvised December 20, 2012 32oia9-, GONCRETE PAVING AEPAIA Page 1 0£4 I z 3 PART1- GENERAL 4 1.1 SiJMMARY 5 A. Section includes: 6 7 8 9 ]0 ]I 12 SECTION 32 0129 CONCRETE PAVING REPAIR 1. Conerete pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewar, drainage, etc.) b. Warranty wark �. Repairs of darnage caused by Cantractor d. Any other concrete pavement repair needed during the eourse of construction B. Deviations from ihis City af Fort Worth Standard S�ecification 1. Nonc. 13 C. Related Speei�'ication Sections inc.iude., but are not necessarily limited to: 14 1. Division 0- Bidding Requirements, Cpntract Farms, and Conditions of the Contract 15 2. Division 1- General Requirements 16 3. Section 32 O1 18 - Ternpara�•y Asphalt Pavin� Repair 17 �. Section 32 12 16 - Aspi�alt Paving 18 5. Section 32 13 13 - Concrete Paving 19 b. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCED�U1�'ES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 4p A. Measurement and Payment 1, Concrete Pavement Repair a. Measurement 1) Measu:rement for this Item shal] be by tha square yard of Concrete Pavement Repair for various: a) Street types 2) Limits of repair will be based on the tune of service of the existing pauement. The age of the pavement will need to be determined by the Engineer through coordznation tivith the Gity. For pa�vement ages: a) ld years or less: repair entire panel b) Greater than I 0 years: repair to limits per Drawings b. Payrnent 1) The work perfo�xned and materials Furnished in accordarice with this Itam and measured as pr4vided under "Measurement" shall be paid for at the unit price hid per square yard of Concrete Pavement Repair c. T`he price bid sha.11 include: 1} Shaping and fine grading the placement area 2) Furnishing and applying all �vater required 3} Furnishing, Ioading and unloading, storing, hauling and handling a11 concrete � Cl'T'Y OF FORT WORTH Fort Worth Nature Center & Refvge Boardwalk Phase II STANDARD CON3TRUCTION 5i'EC3FICgT10N DOCUMBNTS City Projecf No. 10232fl Itevised Decemher 20, 2012 320129-2 CONGRETE PAVING REPAIR Page 2 of�} 1 2 3 4 S 6 7 8 9 1p 11 12 13 l.3 4) �'urnishing,loading and unloading, storing, hauling and handling all base material 5) Mixing, placing, iinishing and curing aIl cancrete 6), Furnishing and installing reinforcing steel 7} Furnishing all materials and placing lor�gitudinal, warping, eXpansion and contraction joints, including all steel dowels, dowel caps and load transmission units reyuired, w.ire and devices for placing, holding and supporting the steel bar, load lxansrnission units, and j oint fiIler in the proper position; for coating steel bars where raquired by the Dravwings S) Sealing joints 9) Monolithically poured curb 10) Cleariup REFERENCES [NOT USED] 14 1.4 ADNIINI�TRATIVE REQUIR�MENTS IS 16 17 1$ 19 20 1.5 A. Permitting 1. Obtain Street Use Pexmit ta make utility cuts in the street from the Transpvrtation and Public Works Department in conforrtlance with current ord'tnances. 2, Transportatzon and Public Works Department wi1l i�spect paving repair after cQnstruciion. SUBNIITTALS [NOT USED] 21 I.6 ACTION SUSNIITTALS/INFORMAT�ONAL SUBMTTTALS 22 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 23 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBNIITTAL� L1�TOT i7SED] 25 1.9 QUAL�TY A�SURANCE �NOT USED] 26 110 DELNERY, STORAGE, AND HANDLING [NOT USEII] 27 1.11 FIELD CONDITI�NS 28 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 29 1.12 WARRANTY [NOT i7SEll] 30 PART 2 - PRODUCTS 3i �.1 OWNER FIIRNISHED PRODUCTS [NOT USED� 32 �.�. MATERIALS 33 A. Embedment and Backfill: see Section 33 OS 10. 34 B, Base mate�ial: Concrete base: see Section 32 13 13. 35 C. Concrete: see Section 32 13 i3. 36 1. Concrete paving: Class H or Class HES. GI7'Y OF FORT WQRTH Tnrt Worth I�€ature Center & Itefuge Boardwalk Phase fE STAMDARD CONSTRIICTTON SPECII�ICATION bOGi]INIENTS Cily Project No. 1Q2320 Revised 17ecember 20, 2012 a2aiz9-3 CONCRETE PAV1NCr REPAIR Page 3 of 4 1 2. Replace concrete to the speciiied thickness. 2 �.3 ACCESSORIES [NOT USED] 3 �.4 SOURCE QUALITY CON'�'ROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NUT USED] 6 3.2 EXAMINATI�N [NOT USED] 7 3.3 PREPARAT�ON S 9 10 11 12 13 l4 A. Replace a continuous section if multiple rapairs are cIoser than I O feat apart from edge of one repair to the edge of a second repair. B. If the cut is �n be covered, use steel plates of sufficient strength and thickness to suppot�t traffia. 1. Construct a transition of hot-mix or cold-mix asphalt frar� the top af the s#eel plate to ihe �xisting pavement to create a smooth riding s�arface. a, Hot-mi� ar co�d-rmi� asphalt: confor�aa to the requireznents of Section 32 12 16. 15 C. Surface Preparation: mark pavement cut re�airs for approval by the City. 16 3.4 INSTALLATION 17 18 19 �a 21 22 23 24 25 26 27 28 zg 30 31 32 33 A. Sawing 1. Generat a. Sa�v eut perpendicular to the surface to full paveznent depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to saw�ing to remove damaged areas. c. Such saw cuts shall be patalleI to the ariginal saw cut and to neat straight lines, 2. Savving cquipm�nt a. Power-drivan b. Mannfactured fo.r the purpose of sawing pavement c. I� goad op�rating conditio.n d. �hall not spaII or facture concrete adjacent to the rapair area 3. Rapairs: In tru�e and straig�it lines to dimensions shown on the Drawings 4. Utility Cuts a. In a true and straight line on both sides of t�ie trench b. Minimtun of 12 inches outside the trench waIls 5. Pre�ent dus# and residues from sawing from entering the atmosphere or drainage facilities. � 34 B. Removal 35 1. Use caxa in removing cancrete to be repaired to prevent spalling or fracturing 36 concrete adjacent to the repair area. 37 C. Base: as specified in Drawir�gs 3 8 D. Conerete Paving 39 1. Concret� placement: in accordance with Sec�ion 32 13 13. CI'f'Y OP' FORT WORTH Fnrt Worth AIature Center & Refuge Boardwalk Phase lI STANDARD CpNSTRUC`I'IO�I SPECIFICATION IaOCiJMEI�TS City Project No. 10232U Revised December 2p, 2012 320129-4 CpNCR�'I� PAVING REPAITt Page 4 af 4 � ., � , 4 7 1 2. Reinforce concrete replaceinen#: as speciiied in Drawings 2 �.5 REPAIR/R�STORATION [NOT U5ED] 3 3.6 RE-INSTALLATION [NOT USED] 4 3.i F1ELD QUALITY C�NTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.1� PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT iTSED] I1 314 ATTACHII�NTS [NQT iISEDJ 12 13 END OF SECTION Revision Log DATE NANIE SUMMARY OF CHANGE 1.2,A — Modified Ctems to be ineluded in price bid, Added blue text foz• clarifica�ion 1 2120/26 1 2 D. Johnson of repair width on utility trench repair 2.2.C.1 — Chaz�ged to Class P to Class H CI1'Y OP FQRT WOIZTH Port 1�Jarth Nature Center & Refuge Boardwalk Phase II STAI�FDARD CONSTRUCTION 3FECIFiCATI�N D�CiTMENTS Cily Projeci Nn. 1 �2320 Iievised December 20, 2012 32 11 23 - 1 FL�XIBLE BAS� COURSBS Page 1 of 7 1 2 3 PART 1- GENEItAL 4 1.1 SUM MARY SECTION 32 1123 FLEXIBLE BASE COURSES 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course cozriposed of fle�ible 7 base consiructed in one or more co�rses in conformity with the typical section. 8 B. Deviations from this City of �ort Worth Standard Specifcation 9 1. None 10 11 12 13 14 1.2 15 16 1� 18 19 20 21 22 23 24 2S 26 27 28 24 3a 31 32 C. Related �pecificatian Sections include, but are not necessa�•ily limited ta: 1. Division 0— Bidding Requirements, Contract Foitins, and Conditions of the Conlxact 2. Division l— General Require�nents PRICE AND PAYMENT PROCEDURE� A. Measuremezlt and Payzzaenf I. Measuremerit � a. Measurement %r this Item will be by the square yard of Fl�xible Base Course for various: 1) Depths 2) Types � 3) Grac�ations 2. Payment a. The work performed aud materials furnished in accordance with this Item and rneasured as provided und�r "Measurement" will be paid for at the unit price bid per square yard af Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrad� b. Furnishmg of material c. Hauling d. Blading e. Sprinkling £ Compacting 33 ].3 REFERENCES 34 35 36 37 38 39 40 A. Da�nitions 1. RAP — Recycled Asphalt Pa�ement. B. Reference Standards I, Reference standards cited in this specification re%r to the current reference standard published at the time of the latest revision date logged at the end af this specificatian, unless a da�e is speci�cally cited. 2. ASTM Intez�aational (ASTM�: CITY OF FORT WOR7'FI Fort Worth NaEure Center & Refuge Soardwalk Phase I] STANDAl217 CO%iSTRUGTION SPECIPICATION DOCiIMENTS City Projec# I�lo. 102320 Revised becember 20, 2012 32 LI23-2 FLEXTBLE BASE COiIRS�S Page 2 af 7 1 2 3 4 5 6 '1 8 9 10 11 ]2 13 a. D698, Standard Test Methods for Labaratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/f�3 (600 kN-m/m3)) 3. Texas Department of Transportation {TXDO'I�: a. Tex-1 Q4-E, Determining Liyuid Limits of Soils b. Tex-106�E, Calculating the Plasticity Index of �oils e, Tex-107-E, Determining the Bar Linear Sl�rinkage of Soils d. T�x-110-E, Par�icle Size AnaIysis af Soils e. Tex-116-�, Ball Mi11 Method for Determining the Disintegration of Flearible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-A�11-A, Soundness afAggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Detemaining De.leterious Material in Mineral Aggregate 14 1.4 ADNIIlVISTRATIVE REQLT�REMENTS [NOT USED] 15 1.� ACTION SUBNIITTALS [NOT USED] 16 1.6 ACTION SUBNIITTALSfINFORMATIONAL S[TSNIITTAL5 [NOT USED� 17 1.9 CLOSEOUT SUBNIITTALS [NOT USED] 1� 1.8 MAlNTENANCE MATERIAL SUSNIITTALS [NOT U�ED] 19 1.9 QUALITY ASSiIRANCE [NOT USED] 20 1.1U DELIVERY, STORAGE, AND HANDLING �NOT CTSED] 21 22 �.11 FIELD [SITEj C(3NDITIONS [NOT USED] 1.1� WARRANTY [NOT USEDj 23 PART 2- PRODUCTS [NOT USED] 24 2.1 OWNER-FURNI�HED PRODUCTS [NOT USED] 25 2.2 MATERTALS 26 A. General 27 1. Furnish uncontaminated xnaterials of uniform quality that meet the requiraments of 28 the Drawings and speeifications. 29 2. Obtain materials from apprvved sources. 30 3. Notify City of char�ges to material sources. 31 4. The City rtlay sample and test project materials at any t'vne befare compaction 32 throughout the duration of tha project to assure speciiica�ion campliance. 33 B. Aggregate 34 1. F'urnish aggregate of the type and grade shown on the Drawin.gs and conforming to 35 t�e requiraments af Table 1. 36 2, Eaeh source must meet Tabla 1 requirements for liquid limit, plastiCity index, and 37 wet ball mill for the grade specified. 38 3. Do not us� additives such as but nat lirnited to lime, cement, or fly ash �o modify 39 aggregates to meet the requirements of Table 1, unless shown on the Drawir�gs. CITY OF FORT �dRTH Fort Worth Nature Center & Refuge Boardwalk Phase Il STANDAItD CONSTRUCTIDN SPECIFICATION DOCUMEN7'S City PrajectNo. 102320 Revised December 20, 2012 32 11 23 - 3 FI,EXIBLB SAS$ CQiJRSES Page 3 of7 Table 1 Material Re uirements Pro er Test 1VIethod Grade 1 Grade 2 Msster gradation sieve , sizc {"/a retained 2-112 in. 0 1-3/4 in. 0 0—i0 7/S � Tex-110-E 10-35 — 3/8 in. 30—SO — No.4 45-65 45-75 Na.40 70--85 6�85 Li uid lirnit % max.' 'iex-10�#-E 35 4b PlastiCi index, max.' Tex-106-E 1p 12 Wet 6al[ mill % max? 40 45 Wet ball mill, "/o max. Tex-116-E increase passing tl�e 20 20 No, 40 sieve Classif catian3 1.0 1,1-2,3 Min. compeessive strength', Psi Tex-717-E laYeral pressure 0 psi 45 35 latara] pressure 15 psi 175 175 1. Detennine plastic index in aceozdanca wGth'1'ex-1[l7-L (linear sl�rinkage) when liquid limet is unattainahle as defined in Tex-104-E_ 2. When a soundness value is required hy the Drawings, test material in accardance with Tex-411-A. 3. Meet 6oth the classifiearion and tha minimum compressive strength, unless othenvise shown on fhe Drawings. 4 ia 11 �2 13 4. Material Tole�•ances a. The City. may accegt material if no rr�ore than 1 of the 5 most r�cent gradation tests has an individual siave outside the specified limits of the gradation. b. When target grading is required by tl�e Drawings, no single failing test may exceed ihe master gading by mare than 5 pereeniage points an sieves Na. 4 and larger or 3 percez�tage points on sieves sma.l�er than No. 4. c. The City may accept material if no more than 1 of t3ae 5 most recent plasticity index tests is outside th� specified limit. No single failing test may exceed the allowable Iimit by more than 2 points. 14 5. Material Types 15 a. Do not use fillerr� ar binders unless approved. 16 b. Furnish the type specified on #he Drawings in accordance with the followi�ag; 17 18 19 20 21 22 23 24 25 26 27 1) Typ� A a) Crusned stone produced and gr�.ded from oversize quarried aggregate ihai originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only far use as hase material for temporary pavement repairs. b) Do not exceed 20 percent R�P by weight uzlless shown on Drawings. 3} T�pe D a} Type A material or crushed concrete. h} Crushed concrete coz�taining gravel will be considered Type D material. CITY O�' �'012T WORTH Tort Worth Nature Center & Refuge Bo.ardwalk Phase II STANDARD CONSTRUCTION SPECIFICATIOI�! DOCi3MENT5 City Project No. 1�2320 Re�ised December 20, 2012 321123-4 I'LEXTBL� BASE COUASES Page 4 of 7 I 2 3 4 5 '6 7 8 9 C. Water c) The City may requue separate dedicated stookpiles in order to verify compliance. d) Crushed concrete rnust meet the following requirements: (1) Table 1 far the grada specifi�d. (Z) Recycled materials musi be free fram reinforeing steel and other objectionable mat�rial and have at mosi 1.5 percent de�eterious material when tested in accardance with TEX-413-A. 1. Furnish �vatar free af industrial vvastes and other abjactianable inatter. 10 2.3 ACCESSORIES [NOT iT�ED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.� EXAMIlVATION [NOT USED] 15 3.3 PREPARAT�ON 16 17 1S A. General 1. Shape the subgrade or existing base to conform to the typica.l sections sho�vn on the Drawir�gs or as directed. 19 2. When new base is required ta be mixed with existin.g base: 20 a. Deliver, place, and spread the new flexible l�ase in the required amaunt. 21 b. Manipula�e and �ihoroughly m� the new base with existing material to pro�ide 22 a unifvrm mixture to the specified depth befor� shaping. 23 B. Subgrade Car�xpaction 24 1. Proof roll the roadbed bef4re pulverizing or scarifying iun acco rdance with the 25 fallowing: 26 a. Proof Rolling 27 1) City Project Representative must be on-site during proof rolling operations. 28 2) Use equipm�nt that will apply sufficient load to identify soft spots that rut 29 or pump. 30 a) Acceptable equipment inciudes fully loaded single-axle water truck 31 with a 1500 gallon capacity. 32 3) Make at least 2 passes with fhe proof roller {down and hack = 1 pass). 33 4} Offset each tirip by at most 1 tire widfih. 34 5} If an unstable ar non-uniform area is found, corr�ct the area. 35 b. Correct 36 1) Soft spots tha# rUt or pump g��ater than 3/4 inch 37 2) Areas �hat are unstable or non-unifom�. 38 2. Installai�on o�base material cannot proceed until compac�ed subgracia approved by 39 the City. 40 3.4 INSTALLATION 41 A. General CI`3`Y pF FDRT WORT�I Port Worth Nature Cenfer & Refuge Boardwalk Phase 1! STANDt1RD CON3TRUCTION SPECIFICAT[ON I7OCi]14IENTS CiEy Project NQ, 102320 Revised Decemher 20, 2012 321I23-5 FLSXIBLE BIaSE CO[IItSE� Page S of 7 1 1. Construct each layer uniformly, free of loose or segregated axeas, and with the 2 required density and moisture content. 3 2. Provide a smooth s�uFace t�at conforms to the typical sections, lines, and �-ades 4 shovvn on the Drawings or as dir�ct�d. 5 3. Haul approved flexible base in clean, cavered trucks. 6 B. Ec�uipment 7 l. General 8 a. Provide machinery, tools, and �quipment necessary far proper execution of the 9 work. 10 lI 12 13 14 IS 16 17 rs 19 2Q 21 22 23 24 25 26 2. Rollers a. Tha Contractor m�.y usa any type of roller to m.eet the production z�atas and quality requirements of the Cantract unless atherwise shown �n the Drawi�gs ar directed. b. When specifc typas of equipment are required, use equipment that meets the specified requirezr�ents. c, Alternate Equipment. 1) Instead of the specif ed equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinua the use of the alternate equipment and furnish the specified eq�ipnaent i£t�.e desired �•esults are not achie�ed. d. City may require Contractor ta substitute equipment if production rate and quality requireznents of the Cantract a�°e not me�. C. Placing 1. �pread and shape fl�xible base into a uniform layer by approved means the same day as delivered unless otherwise appraved. 2. Place material such that it is mixect to nninim.ize segregation, 27 3. Construct layers to the thickness shown on the Drawings, while mair�taining the 28 shape of the course. 29 4. Wt�ere subbase or base course exceeds G inches in thickness, construct in 2 ar more 30 caurses of equal thickn�ss. 31 S. Minimum lift depth: 3 inches 32 33 34 3S 3d 37 38 39 40 41 42 43 44 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successi�e base courses and finish courses using the sa.me construction methods required far the first course. D. Cornpaction I , General a, Compact using density con�'ol unless otherwise shown on ihe Drawings. b. Multiple lifts are pern�itted when s�own on tlae Drawings ar approved. c. Bring each layer �o �he moisture. content directed. When necessaty, sprinkle the tnaterial to the extent necessary to provide �ot Iess than the required density. d. Compact the full dep�h of the subbase or base to the eactent necessary to rernain firm and stable under construction equipment. 2. Rolling CITY OF FORT WDRTH Fort Worth Nahire Cenfer & Refuge Boardwalk Pl}ase II STANDARD CONSTRUCTIQN SPECIFICATIONDOCiTMENTS CiEy Projec#No. 102320 Revised Deeember 20, 20t2 321123-6 FLE7�iBLE BAS� CpURSE$ Page 6 af7 1 a. Begin rolling longitudinally at the sides and proceed towards the eenter, 2 overlapping on successive trips by at least 1/2 the width of the roller unit. 3 b. On superelevated cur�es, begin rolling at the low side and progress toward the 4 high side. 5 c. Offset alternate trips of the roller. G d. Operafie rollers at �. speed between 2 and G mph as directed. 7 e. Rework, recompact, arn.d ref nish matarial that fails to meet or that loses S re.quired moisture, density, stahility, or iuiish before the next course is placed ar 9 the proj�ct is accepted. 10 f. Continue work until specification requirements are met. I 1 g. Proof roll the compacted flexible base in accordance w�th the following: 12 1) Proof Rolling 13 a} Giiy Project Representati�e must be on-site during proof rolling 14 operations. 15 b} Use equipment that wiiI apply suff cient load to identify soft spots that 16 rut or pump. 17 (1} Acceptable equipmeni includes fully loaded single-a�cle watar truck 18 with a 1500 gailon capacity. 19 c) Maka at least 2 pass�s with the proaf ro11Er (do�ovn and back = 1 pass). 20 d) Offset eaak� trip by at most 1 tire wic�th. 21 e) If an unstable or non-uniform area is found, cortect the area. 22 2) Co:rrect 23 a) 5oft spots that rut or pump greater than 3J4 inch. 24 b) Areas that are unsfiable or non-�niform. 25 2G 27 28 29 30 31 32 33 3� 35 36 37 38 39 �0 41 42 43 4�# 3. Toleranc�s a. Ma:intain the shape of the caurse by bladir�g. b. Completed surface shall be smooth and in confor�nity with th� typical sections shown on tha Drawings to the established lines az�d grades. c, For subgrade beneath paving surfaces, correct any deviation in excess of 1/�4 inc� i�n crross sactiorn in length greatex than 16 feet measured longitudinally by loosening, addir�g or remaving material. Reshape and recompact b�+ sprinkling and r�lling. d. Correct all fractures, settlement or segregation immediat�ly by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinl�ling and rolling. e. Should the subbase ox base course, due to any reason, iose the required stability, density and �nish before the suriacing is complete, it shall be reeompacted at the sole expense af tha Contractor. 4. Density Control a. Minimum Density b. Moistur� cantent: E. Finishing ; 95 perc.ent compaetion as determined by ASTM D698. minus 2 to plus 4 of optimum. 1. After completing compaction, clip, sicin, or tight-blade the surface v,�ith a rriaintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45 2. Remove loosened mat�rial and dispnse af it at an approved �ocation. 46 3. Seal the clipped surface immediately by rolling with am appropriate size pn.eutx�atic 47 tire roller until a smooth surface is attainad. 48 4. Add small increments of water as needed during roIling. CITY OF FORT WORTH Fort Worth Nature Center & Refuge Soardwelk Phase Q STANDARD CONSTRUCTION SPECIFICATIQN DOCUMENTS Gity Project Isa. 102320 Revised December 20, 2412 32 11 23 - 7 PLL�XTBL�. BA5E COTJRSES Page 7 of 7 1 2 3 4 5 6 7 8 3.S 5. Shape and maintain the course and surface in confarnnity with iha iypical sections, Iines, and �rades as shown on the Drawings or as directed. 6. In areas where su:rf�cing is ta be placed, correct grade deviations greater than 1/4 ineh in 16 feet measured longitudinally ox greater than 1/4 inch o�ver the �ntire vridth o�the cross-sec�ion. 7. Co�-rect by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. REPAllt/ItESTORATION [NOT IT�ED] 9 3.6 RE-�NSTALLATION (NOT USED] l0 3.7 QUALITY CONTROL 11 A. Dansity Tes� 12 1. City to measure density of �lexible bas� eoUrse, 13 a. Notify City Project Representative when fle�zble base ready far density testing, 14 b. Spacing directed by City (1 per block minimum). 1S c. Ciiy Project Re.presentati�e determines location of density testing. 16 3.8 SYSTEM STARTUP [NOT USED] 1'7 3.� ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOiTT ACTYVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 313 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 24 END OF SECTION Revision Lng DATE NAME SUMMAR'Y OF CIIANGE 25 � CITY OF FQRT WORTT� Porf VJartk Natvre Center & Refuge Boardwalle Pktase II STANbAR1] CONS11tUC`1'IDN SPEG7F7GA170MDOCUMENTS CiTy Project Nv. 1U2320 Revised 17ecember 20, 2012 321129-1 LIME TREATED BASE COURS�S Page 1 of 9 1 2 3 PART 1 - GENERA.L 4 L1 SiJNIlVrARY 5 6 7 S 9 1D 11 12 A. Section Ineludes: SECTION 3211 �9 LIME TREATED BASE C�iTRSES 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting th� mix mat�rial to the required d�nsity. 2. Item applies to the natural graund, embankment, existing pavement; base or subbase courses placed and shall canform to the typical section, Iines and grades shown: on the Drawin,gs. B. Deviations from this City af Fort Worth Standard Specification 1. Nane, 13 C. Related Specification SectiQns include, bnt are nat necessarily lvnited to: 14 1. Division 0- Bidding Requirements, Contract Forms, and Conditions ofthe Contract 15 2. Division 1- General Requirements 16 3. Section 31 23 23 - Barraw 17 4. Section 32 11 23 - Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �2 A. Measurement aud Payment l. i� Hydrated Lime a. Measurement 1) Measurement fnr this Itenn shall. be by the tQn (dzy weight) of Hydrated Lime used to prepare slurry at the job site. b. Payment 1} Ti�e worlc performed and materials furnished in accardance with this I#em and measured as provided under "Msasurement" wiIl be paid for at the unit price bid per ton a� Hydrated Lime. c. Tha price bid shaIl include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and hatidling Commercial Limc Slurry a. Mea�urement 1} Measurement for this Item shall be by the ton {ciry �eight) as calculated fram fhe minimum percent dry solids content oithe slurry multiiplied by the weight Qf the slurry in tons delivered. b. Payment 1) The work performed and materials furnisheci in accordance with this Item and measured as pravided under "Measurement" w. ill be paici for � the unit price bid per ton �f Commercial Lime Slurry. c. The price bi.d shall include: 1 } �'urnishing the material CITY �T' FORT WORT�i Port Worth Afature Center & Refuge Baardwalk Phase 11 STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMENTS Ciry Frojecf No, L0232a Revised 17ecemher 20, 2012 3211 29 - 2 L1ME TIZ�AT�D BASE COURSES Page 2 of 9 1 2 3 4 5 6 7 8 9 10 11 iz 13 14 15 ]6 17 18 19 20 21 22 23 24 25 26 27 zs 29 30 31 2) All freight involved 3) All unloading, storing, and handling 3. Quicklime a. MEasurEinen� 1} Measurement far tlais Item shall be by t�ae ton (d.ry vveight) of Quicklima. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight) of the Quicklinae used to pzepa�re the slurry. b. Payment 1} The work perfoi7ned and materials furnished in accordance with this Ttem and measured as provided under "Measurement" wiIl be paid for at the unit price bid per tan of Quinklirne. c. The price bid shalI include: 1 } Furi7ishing the lnaterial 2} All freight inuolved 3} All unloading, storing, an�l handling 4. Lzzaae Treatment a. Measurement 1} Measurament for this Item shall be by the square yard of surFace area as established by the widths shown an the Drativings and the lengths measured at placement. b. �ayznent 1) TI�e work per%rmed and materials furnished in accordance with this Item and tneasured as provided undEr ``Measureme�it" wiil l�e paid %r at the unit price bid per square yard of Lime Treatment applied for: a) Various deptha c. Tl�e prica bid shall include: 1) Prepart•ing the roadbed 2) Loosening, pul�erizing appIicaxian of lime, wat�r cont�nt in the slurry mixture and the mixing water 3} Mixing, shaping, sprinklrng, compacting, fi�shing, curing and maintaining 4) T'erforming all inanipulations required 32 1.3 REFERENCES 33 34 35 3b 37 38 39 40 41 42 43 A. Definitions l, Hydrated Lirne: dry powdered material consisting of ca.lcium hydroxide. 2. Commercial Lime 5lurry: liquid mixture �f hydrated lime salids and water delivered to a prnject in slurry for�n, 3, Quicklime: dry material consisting of calcium oxid� �urnished in aither oitwo grades: a. Grade DS --- grade o� "pebble" quicklime suitable for use in the preparation of siurry for wet placing. b. Grade S-- finely graded quicklime for use only in the preparation af slurry for wet placzng. B. Reference Standards 44 1. Reference standards cited in this specification refer to the current rafarance st�ndaErd 45 published at the tizne of the latest revision date logg�d at the end of this 46 specification, un�ess a date is specifically cited. 47 2. ASTM InternationaI (ASTM): CITY OF FORT WORT1-I Fort Worth Nature Center & Refugc Boardwalk Pltase II STAND�I2D CONSTRUCTION SPECIFICATION DOCUMENTS City P�aject No. 10232U Revised December 2D, 2012 321129-3 L1ME TREATED BASE COURSES Paga 3 of 9 I 2 3 4 5 � 7 8 9 a. D698, Standard Test Methods for Laboratory Compactian Characteristics of Soil Using Standard Effart (12 400 ft lbf/ft3 {600 kN-m/m3�) b. D5938, Standard Test Method for In-Place Density and Water Con#ent of Soil and Soil-Ag$regate by Nuclear Methods (Shallow Depth) 3. Texas Depart:ment of Transpariatic�n (TXDOT): a. Tex-1Q1-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E., Measuring Thickness of Pavement Layer c, Tex-6Q0-�, Sampling and Tesiing of Hydrated Lime, Quicklime and Commercial Lime Slurry 10 1.�4 AD11�NiSTRATNF REQUIIZEMENTS [NOT USED] 11 1.5 ACTYON SUBNIITTALS [NOT USED] 12 1.6 ACTYON SUBNIITTALS/INFORMATIONAL SUBNIITTALS [N�T USED] 13 1.'� CLOSEOiTT SUBMITTAL� jNOT USED] 14 1.8 MAINTENANCE MATERLAL SUBNIITTLAS [NOT USED] 15 1.9 QUALITY ASSUIZANCE [NOT USED] 16 1.1U DELIVERY AND STORAGE 17 A. Truc�C Delivered Lime 18 I. Each truck ticket shall bear tl�e weigb.t o� li�e measured oz� ce�ifsed scales. 19 2. Submit delivery tickets, certified by su�aplier, that include weight with each bulk 20 delivery of lime io the site. 2I 1.11 SITE CONDiTIONS 22 A. Start liine ap�lication o�ly when the air temperature is at least 35°F and rising o�r is at 23 Ieast 40°F. Measure iemperature in the shade and away from artificial heat. 24 B. suspend app�ication when the City deternnines tlaat weather conditions are unsuitable. 25 1.1� WARR�NTY [NOT USED] 26 PART � - PRODUCTS 27 28 �.1 OWNER-F[JRNISHED PRODIICTS [NQT USED] �,.� MATERIALS 29 A. General 30 1. F�rnish uncontaminaied materials of uniform quality that meet the requirements of 31 the Drawings an�d specifications. 32 2. Notify the City of the proposed materia! sources and of changes to materia3 sources. 33 3. Obtain verification from the City tilat the specification requirements are met befor� 34 using the sources. 35 4. The City may sample azad test pro�act materials at any time bef�re compaetion. 3b B. Lizna 37 L Hydrated Lims 38 a. pumpable suspension of solids in water CITY DF FORT WORTH �'art Wort� Nafure Center & Refuge Boardwalk Phase [I STANI�ARD CONSTRUCTION SPECIFlCATION DOCUNiENTS Ci4y Project Mo. 102320 Revised Decamher 2D, 2012 321129-4 1.IME TREAT�D BASB COUR SES Page 4 vf 9 1 2 3 4 5 6 7 8 9 Ifl 11 12 13 14 15 16 17 18 19 Za 21 2. 3. 4. b. solids portion of the mixture when eonsidered as a basis of "solids content," shail consist of principally hydrated lime af a quality anci imeness. sufficiant to meet the chemieal and physical requirements. Dry Lime: Do not use unless approv�d by City. Quicklime a. Use quickIime only when specified by the City. b. dry material consistin� af essentially calcium oxide. c. �'urnished in either of two grades: 1) Grade DS 2) Grade S Furnish lime that meets the %llowing requirements a. Chet�ical �equirem�nts Table 2 Lime Cf�emical Re uirements Hydrated Commercial Lime QuicWime L.ime Slurry Total "active" lirae 90.� Min 87.a Min content, percent by wei �t Unhydratad lime 5.0 Max 87.01t�Iin cantent, pex•cent try weight Ca0 "Free Water" 5.0 Ma�c eontenC, percent 6y wei t water b. �hyszcal Raquirements Table 3 Lime Ph sieal Re uirenr�ents Hydrated Commercial Lime Quicl�lime Lttne Slurr Wet Sie�ve Require�ment, As pereentage by Weight Residue• Retained on No. 6 sieve 0.2 Max �.2 Max 8. D Max' Retained on No. 30 sieve 4.0 M� 4.0 M� Dry Sieve Raquirement, As percentage hy Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4 --in sieve 10.0 M� Retained on a NQ. 100 Grade Ds — 80 Min sieve Grade S— na limits Aetained on a Na. 6 sieve 0.2 Maac 0.2 Maac 8.0 Max' 1 The amouni total "acfive" lime cante�it, as Cad, in fhe material retained on the No. 6 sieve must not exceed 2,0°fo b weigl�t of fhe ari inai nicklime. c. Slurry Grades Table 4 Liute Slur Gr�des Minimum Arp Solids Cnntents b Percenta e of the Slur C1TY OF F'ORT W�RTH Fort WorthNature Center & Refuge Boardwalk Phase II STftNDARD CONSTRUCTION SPECIFICATION DOCL7MENT5 City Yroject No. 102320 Revised December 2D, 2012 321129-5 L3ME TKEAT�D BASE GOURSES Page S of 9 Gradel 31 Grade 2 35 Grade 3 46 1 2 3 4 C. Flexible Base Courses; Furnish base material that meets the requirements vf Section 32 11 23, for Ylie type and grade shovvn on �e Drawings, before fhe addition of lime. D. Water: Furnish water free of industrial wastes and ather objectionable rnaterial_ 5 E. Borrouv: See Sectian 31 23 23. 6 �.3 ACCESSORIES [NOT USED] 7 �.4 SOLTRCE QUALITY CONTROL [NOT iTSED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS �NOT USED] 10 3.2 EXANiINATYON �NDT USED] 11 3.3 PREPARATION 12 A. Shape the sul�grade or existing base to conforrn to the typical seciians shown on the 13 Drawings or as directed. 14 3.4 INSTALLATION 15 16 I7 18 19 20 21 22 23 A. General 1. Produce a completed course oftreated material containing: a. uniform lime m�ture, free from loase or segregated areas. h. unifort�n density and moi,sture content. c. well bauncl for full depth. d. with smooth surface and suitabla for placing subs�quent courses. 2.. Ma�imum layer depth Qf lime treatment in single l�yer: $ inches. 3. For treated subgrade exceeding 8 inches deep, �ulverize, apply Iime, mix, compact and finish in equal layers not exceedin� 5 inches deep. 24 B. EqUipment 25 1. General: Provide machinery, tools, and equipment necessary far proper execution 2b of the work. 27 28 29 30 31 32 33 34 35 36 37 38 39 2. Rollers a. The Contractnr may use any type of roller ta meet the prvduction rates and quality rec�uirements af the Confract unless atherw'tse shown on the Drawings vr directed. b. When specific types of equipment ara reqt�ired, use equipment that meats the specified requirements. c. Alternate Equipment 1) Znstead af the speci�ed ec�uipment, the Cantractor may, as approved, operate other compaction eyuipment that produces aquivalent results. 2} Dzscont'rnue the use of the alternata equipment and furnish iha specified equipment if the desired results are nat achie�ed. d. City may require Contractor to substitute equipment if production rate and quality reyuirements of the Contract are not rr�at. CITY OF FORT WQRTH Fort Warth Nature Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS City Project No. 1U2320 Revised December 20, 2D12 32I124-6 LI114F. TREATED BASE COURS�S Page 6 af 9 1 2 3 4 5 6 7 8 4 1� 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 3. Storage Facility a. Store quicklime and dry h�draied lime in closed, weathcrpraof containers. 4. 5lurry Equipment a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklizne on the praject or o�her approved lacaiion. b. Tl�e City may approue other slurryi�g methods. c. Provida a pump for agiiating tha slurry when thc distributor truck is not equipped with an agitator. 5. Pulverization Equipment a, Pravide pulverization equipinent that: l) Cuts and pulverizes materiat unifai7nly to the proper depth with cutters that plane ta a uniform surface over the entire width af tha cut 2) Frovides a visible indication of the depth of cut at a11 times, and uniforinly mixes the materials C. Pul�erization I. Fulverize or scarify eXist�ng material a$ar shaping so that 100 percent passes a 2 1/2 inch sie�e. 2, If the material cannat be unifor�aaly processed to the requzre�l deptln in a singl� pass, exeavate and windrow tne material to expose a secondary grade to aehiave processing to depth as shown in the Drawings. D. Application of Lim� 1. Uniformly apply lime as shown on tlae Drawin.gs ar as directed. 2. Add lime at the percen#age specifi�d in Drawings, 3. Apply lima only on an area where mixing can he completed during the same working day. 4. 1Vlinimize dust and scattering of lime by wind. Do not apply lirne when wind conditions, in the opinian of the City, cause blowin.g 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 Iime percentage not less applicable fot grade used 3} Distributa lirn� at the rate shawn on the Drawings 4) Malce successive passes over a anaeasured surface o£roadway until the proper moisture and lime eantent have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over fhe lengtih of the roadway. 2} Residue is primarily inert rnaterial with IittIe stabiliz�ng value; however, may contain a smafl a�nount of Quicklime particies that slake slowly. A eancentration of thesa pax�ticles could cause the cotnpacted stabilized material to swell during slaking. E. Mixing 1. Begin mixing within 6 hours of applicatian of lizne. CIT'Y OF PORT WDRTH Fnrt Worth Nature Ccnter & Rafuge Boardwalk Phase II STA�DARI7 CONSTRUCTLOI�I SPECIFICATTON DOCUMENTS City Pro,�ect Na. i0232Q Revised December 20, 20I2 321129-7 LIME TREATEI] BA S� COLIRSES Page 7 of 9 1 2. Hydrated lime exposed to fihe open air for 6 hours or more between application and 2 m�zng, ar that experiences excessive loss due to washing or blowing, wiil not be 3 accepted for payment, 4 3. Thoraughly inia� the material and lime using approved e�uipment. 5 4. Mix until a hotnogeneous, friable mi�ture airnaterial and lime is obfained, free 6 from aLI clods and lumps, 7 5. Dv not inix greater than 1 inch deeper than the sta.biiization depth specified. 8 b. Materials eantaining plastic clay or ather materials that are nnt readily mixed with 9 lime shail be mixed as thoroug}�ly as possible at the time of iime application, 10 hrought to the proper moisture content and sealed with a pnevmatic rolter. 11 7. Allow the miaiture to cure for 72 hours or as directed by City. 12 8. Whe� pebble grade quicklixne is used, allaw the mixture to cure far 2 to 4 da�s. i3 9. Sprinkle the treated materials during the mixing and curing operation t� achieve 14 adequate hydration and proper moisture cantent. 1S 10. After curing, resume m�cing until a homogeneous, fria6le mixture is abtained. 16 11. After mixing, City will sample the znxxture at roadway moistura and test in 17 accordance wifili Tex-101-E, Part III, to determine cornplianca with the gradation 18 rec�uirements in Table 5. I9 Table S 2Q Gradation Re uirements Minimum % Passing) Sieve Size Base 1-3/4 in. l OD 3/4 in. 85 � 1 No. 4 60 22 F. Coznpa�tiora 23 1, General 24 a. Begin compaction immediately after final mia�ing. 25 b. Aera�e and sprinkle as necessary to pravide opfiimum moisture content. 26 c. Muttiple lifts are permitted when shown an th� Drawings or approved. 27 d. Bring each layer to the mvisture co.ntent d�rected. 28 29 30 3l 32 33 34 35 36 37 38 39 �0 2. Rolling a. Begin rolli�g longitudinally at the sides and proeeEd toward the cen��r, ot�erlapping on successive trips by at Ieast one�half the width of the rvller unit. b. On sup�reievat�d curves, begin ralling at the low side and progress towarcl the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed bet�ween 2 and 6 MPH or as directed. e. Rework, recompact, and refinish m�aterial that fails to meat ar that loses requirad moisture, density, stahility, ar finish before the next course is placed or the project is aecepted. 1} Continue work until speci�icatian requirements are rrzet. 2} Rewor� in accordance with Maintenance item oFthis Seciion. f. Proof roll the lime treated base course in accordance with the �'ollovving: 41 1) Praof Rolling 42 a) City Praject Representative must b� on-site during prooiralling 43 operations. CITY OF FaRT �JORTH Fart Warth Nalure Center & Refuge Boardwalk Phase II STANT7ARD CONSTRUCTIO�1 SPECIFICATION DOCUMENTS City Ptoject 3do. 102320 Revised Dacember 20, 2412 325129-8 LIME TREATBD BASE COlTR5E5 Fage S oF9 1 2 3 4 S 6 7 8 9 10 11 12 13 1� 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 3S 36 37 38 39 40 41 42 43 44 �5 46 b) Use aquipment that will apply sufficient Ioad ta idantii'y soft spots that rut or pump. (1} Acceptable equipment includ�s fully loaded single-aa�le water truc.k with a 1500 gallan capacity. e} Make at least 2 passes with the proof roller (down and back = I pass}. d} Offset each trip by at most 1 tire rvidth. e} If an unstable or non-uniform area is found, correct the area. 2} Correct a) Soft spots that rut or pump greatei• than 3/4 inch. b} Areas that ar� unstable or non-uniform. 3. Density Cantrol a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximuin density as determined by ASTArI Db98. b. Moisture aontent: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the carrapleted soil l'vne base isy good candition, satisfactory to the City as to grade, cro�vn and cross secfion untiil �h� averlaying or next course is constructed. 2. Keep surface of the compacted course m�ist until co�ered by other base or pavement. 3. Reworking a Section a, When a section is revvorked within 72 hours after completior� of compaction, rework tlie section to provide the required density. b. When a section is re�vaorked mar� than 72 hours after ca�npletian 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. 2. 3, After completing compaction of the final caurse, clip, skin, ar tight-blade the surFace of the lime-treated material with a mainiainer or subgrade trimmer to a depth of approximately 1/4 inch. Remove loosened nnaterial and dispase of at az3 app�rovecllocatio�. Aoll the clipped surface immeciiately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as neexied during rolling. 5. Shape and maintain the course and surface in conf�rrnity with tha typical sections, lines, and grades shown on the Drawings or as directed. Curing 1. Cure for the rninirnum number of days shown in Table b and by �nis�aed pavemeant type: a. Concrete pavement 1) Sprinkle vvith water 2) Maintain maisture during curing 3) Do not allow equipment an tha finished course during curing except as required for sprinkling. b. Asphalt Pavement CITY OF FO1tT WORTH Fort Worth Nature Center & Refuge Boardwalk Fhase II STANDARD COIdSTRUCTIdN SPECIFICATION DOCUMENTS City Project No. 102320 Revised Decemher 20, 2012 �i � 1 2 3 A� � 5 6 7 8 9 IO 11 12 13 14 15 lb 17 l8 19 20 21 22 23 2�l 2S 26 27 28 29 321129-9 LIME Ti REATED BASE CpIIRSES Page 9 of 9 1) Apply an asphalt material at a rate of 0.05 ta 0.2Q gallan per square yard. 2} Do x�ot allow eyuipment on the imished course during curing. Table 6 Minimnm Curin Re uir�ments Befnre Placin Subse nent Conrses1 Untreaied Material Curin Da PI<_35 2 PI > 35 5 1. Suhjeci to the approval ofthe Gity. Proofr4lling may be required as an indicaYor af adequate curing. 2. Begin paving opsrations or ac�d courses within 14 ca�endar days of final coznpaction. 3.� REPAiRIRESTORATION [NOT USED] 3.6 RE-INSTAi1LATION [NOT USED] 3.'� QUALTTY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of liane treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per blvck minimum). 4. City Project Representative det�rmines density testing locations, B. Depth Test 1. In-place depth will be evaluated fo:r each S00-faot roadway section Z. Determine zn accordance with Tex 1�40-E in hand excavated hvtes. 3. For each SOa-foot section, 3 phenolphthafein tests will be performed. 4. Ciiy Project Representative determines deptl� testing locations. 3.8 SYSTEM ST,AR.TiTP �NOT USED] 39 ADJUSTING [NOT USED� 3.1� CLEANING �NOT USED] 3.11 CLOSEOIIT ACTIVITIES [NOT USED] 3.12 PROTECTION jNOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHII�NTS [N�T USED] END OF SECTION Revision Log DATE NAME Si.IMMARY OF CIIANGE C1T'Y OP FORT WORTI-i Fart WorW Nature Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIFICATTON DOCiJMENTS City Arojeet No. 102320 Revised December 20, 2012 321133-3 CLMENT TREATED BASE COURSES Page 3 of 7 1 I.J� WARRANTY [NOT USED] 2 PART � - PRODUCTS 3 21 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 NIATERiALS 5 A. Gen�ral 6 l. Furnish uneontasninated materials of uniform quality that meet the requirements of 7 the Drawings and speci�ca�ions. 8 2. Natify the City of the propased material sources and of changes to material sourcas. 9 3, Obtain verification from the City that the speci�catian requirements are met before 10 using the sources, 11 4. The City may sample and test project materials at any time before compaction. 12 B. Cement: ASTlbi C150 or ASTM C595 Type I, II, IL. or IP. 13 C. k'lexible Basa Courses: Furnish bas� material t�ia� meets the requirements of Sectian 32 14 11 23 for the iypa and grade show� on the Drawings, before the addition of cemen�. 15 D, Water: �'urnish water free of industrial wastes and other objeetionable material. 1 G 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUAL�TY CONTROL [NOT U�ED] 18 PART 3 - EXECUTION 19 3.1 INSTALL�RS [NOT USED] 20 3.�. EXAM�NATION [NOT USED] 21 3.3 PREPARATION 22 A. Shape existing material in accordane� with appIicable bid items to confarrn to typical 23 sectians showu an the Drawings and as directed. 24 3.4 INSTALLATION 25 A. General 26 1. Praduce a completed course of treated material containing: 27 a. Uniform PortIand cement mixti.ue, fres frotn loose or segregated areas 28 b. Unifoz�m density and maisture content 29 c, WeII bound for full dapth 30 d. Witf� snnootll surface and suitable far placing subsequent courses 31 2. Maxitnum layer deptb of cement treatment in single layer: 8 inches. 32 3. For treated subgrade cxceeding 8 inches deep, pulverize, apply cement, mix, 33 compact and finish in equal layers nat exceeding 5 inches deep. 34 B. Equipment 35 1. Provide machinery, toals, and equipmenfi necessary for proper execution of the 3b vvork. 37 2. Aollers � CITY DF FORT GVORTI-I �'ort Worth Natura Center & Refuge Boardwalk Phase II STANDARD CONS'1RUCTIOI+T SAECIFICATION DOCLTMENTS City Projecc No. 102320 Revise.d Decem6er 2Q 2U12 3z��3s-� CEMENT TREATEb BASL COURS�S Page 4 aF 7 1 2 3 4 5 6 7 8 9 i0 11 12 a. b, c. d. The Contractor may use any type oi roller to meet the production rates and quality requirements of tlie Contract unless otherwise shown on the Drawings or directed. When specific types of equipment are required, use equipment that meets the specified requirements. Alternate Equipzaaent 1} Instead of the specified eQuipment, the Contractar may, as appraved, operate oiher eompaction equipmeni that produces �quival�nt results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired resnits are not achieved. City anay require Con#ractor to substitute equipment if productian rate and quality requirements of the Contract are not met. 13 14 15 16 17 18 19 20 2I 22 23 24 2S 26 27 28 29 30 3. Slurry Equipanent a. Use slurty tanks equipped with agitatian devices far cement application. b. The City may a�prove other slurrying methods. c. Provid� a pump far agitating the slurry when the distributor truek is not , equipped with an agi�ator. 4. Pulverization Equipment a. Provide pulvarization equipmant that: 1) Cuts and pulverizes material unifor�nly to the proper depth with cutters that plane to a unifarm surface aver #he entire width of the cut 2} Provides a visibla indication of the depth af cut at all times 3) i7niformly mi�es the rnaterials C. Pulverization 1. Pulverize or scarify existing material aftex shaping so that 100 percent by dry weight passes a 1 inch sieva, and S� percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 2. Pulverize rec�eled asphalt pavernent so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry waight passes a No. 4 sieve exclusive of gravel or stone retaine:d in sieves, 31 D, Cement Applicatian 32 1. Spread by an approved dry or slurry method �r�ifor�ly on the sail at the rate 33 speci�ed an the Dravuings 34 2. If a bulk cement spreader is used, position by string lines or other approved method 35 during spreading to insure a uniForm distribution of cernent. 36 37 38 39 40 41 42 43 44 45 3. Apply to an area that all the operafions can b� continuous and completed in dayligi�t within 6-hours af initial application. 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of soil and cement during dry-mi�ng operations S. Do not exceed the specified optirmum moisture content far the soil and cement mixture. 6. Nd equipment, except ihat used in the spreading and mixing, allowed to pass over the freshl� spread cem�nt uniil it is mixed with the soil. E. Mixin� 1. Thoraughly nnix the material an.ci cement using approved equipment. C1TY OF TqRT WQRTH Fort Worth Alature Canter & Refuge Hoardwalk Phase II STANDARD CQNSTRUCTION SPECIFICATION DOCUMEI�ITS Gity Project No. 102320 Revised Ilecember 20, 2012 3zii33-s CEMENT TREATED BASE CpUR5E8 Paga 5 of 7 1 2. Mix until a hamogeneous, friable mixture of maierial and cement is abtained, free 2 from a11 clods and lumps. 3 3. Keep mixture within moisture tolerances thraughout the operation. 4 4. Spread and shape the completed mi�ture in a uniform layer. 5 S. After mixing, the City shall sample th� rnixtur� ai roadway moisturre and test in 6 accordance with Tex 101 E, Part IiI, ta determine compliance with the gradation 7 requirements in Table l. 8 Table I 9 Gradat'ron Re uirements Minimnm % Passing SEeve Size Bgse 1-3/4 in. 104 314 in. 85 No, 4 60 10 F. Compaction 11 ' 1. Prior ta the beginning of compaction, the mixture shall be in a loase condition for 12 its full depth. 13 2. Compact matetial to at least 95-percent of the maximum density as d�t�rmined by 14 ASTM D698. 15 3. At the srart of compaction, the percentage of moisture in the mixture and in ut�- 16 pul�verized soil Iumps shall be Iess than the c�uantity which shall cause the soil- 17 cement rniYtura to become unstable dvring compaction and finishing. I8 4. When tl�e uncoznpacted soil-cennent mixi�re is wetted by rain sa that tlae average 14 moisture content exceeds the tolerance given a� tha time of final compaction, the 20 entire section shaIl be reconstructed in accvrda�ce with this specification at the sole 21 expense of the Contracti.or. 22 5. The specified optimurn moisture content and density shall be detarmined in the 23 �eld on the representative samples of sozl-cement mixture obtained from the area 24 being pracessed. 25 6. Final znoisture cozltent shall be within nninus-2 to plus-4-of-aptimum. 26 7. Begin compaction after mixing and after gradation and moisture requirements have 27 beeii met, 28 8. Begin eompaction at the bottom and continue until the entire depth of the mixture is 29 uniformly compacted. 30 9. Uni�oz�mly cocr�pact the xnixture to the specified density withzn 2-haurs. 31 10, After the soil and cement m�ture is compacted uniformly apply water as needed 32 and thoroughly mi� in. 33 I 1. Reshape the surFac.e to the required lines, grades and cross section and then lightly 34 scarify to loosen any imprint left by fihe compacting or shaping equipment. 35 36 37 38 39 �a 4l 42 �3 G. Maint�naz�ee 1. Maintain the soil-cement treatment in good condition from the time it first starts work until aIl work shall is completed. Z. Maintenacice includes immecliate repairs of any defect that may occur after the ceinent is applied. 3. 1Vlaintenance work shall be done by the Cantract�nr at �he Contractor's expense anci repeated as often as necessazy ta 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 dep�h vitreat�ntent. CITY pF FQRT WORTH Fort Worth Nature Center & Refuge Baardwalk Phase II 5TAIVDARD CONSTRLTCTION SPECIFICfiTION DdCiTM�NTS City Project Na 102320 Revised l7eeember 20, 2012 32 11 33 - 6 CEMENT TREATBD BASE COURSES Page 6 of 7 I Z 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 �i 22 23 H. Fi�ishing 1. 2. 3. 4. 5. S. Re�edy az�y low area of treated subgrade by sea�•ifying the surface to a depth of at least 2 inches, filling the area vvith treated material and compacting. C. Remedy any low area of subbase ar base shall by replacing the material for tha full depih of subbase or base treatment rather than �.dding a thin iayer of stabilized material to the campleted work. After completing compaction of the final course, clip, s�Cin, or t�ght-blade t�e surface of the cement-treated material with a rnaintainer or suhgrade trirnmer to a depfil� of appro�imately 114 inch. Remove loasened material and dispose of at an approved location. Roll the clippeci surface irnrnediately with a pneumatic tire roller adding sma1I increments of moisture as needed az�d until a srnooth surface is attain�d. Add small amounts of rvater as needed during rolling. Shape and main#ain the course and surfac� in conformity with the typical sections,lines, and grades shown on the Drawings or as directed. Surface compactian and finishing shall proceed in such a manner as to produce, in not more �l�an 2-hours, a smooth, closely knit sur�'ace, free of'cracks, ridges ox lnose material, conforming to the drawn grade and Iine shown on the Dra�t�vings. 6. After i�l�e final layer or course of the cetnent madified sail has been compacted, it shall be brought to th� required lines and grades in accordance with the typical sections. 7. The completed section sha11 then 6e finished by rrolling with a pneumatic tire or other suitable roller sufficiently to create micro cracicing. 24 I. Curing 25 1. General 2b a. Cure far at least 481aours. 27 b. Maintain the rnoisture content during curing at no lower than 2 percentage 28 points belo� optimum. 29 30 3l 32 33 3�4 35 36 37 38 2 3. Curing methad depends on finished pavement type: a. Concrete pavement: 1) SprinlcIe with water 2) Maintain moisture duri�g curing 3) Da not aIlow equipment an the iinished course during curing except as required for sprinkling, unless otherwise appraved. b. Asphalt Pavement: 1} Apply an asphalt material af a rate of O.DS to 0.20 gallon per sauare yard. 2) Do not allow equipment on the �nished course during curing Continue curing until paving operations begin. 39 3.5 REPAIIt 1 RESTOIiATION [NOT USED] 40 3.6 RE�INSTALLATION [NOT USED] 41 3.7 FIELD QUALITY CONTROL 42 A. Density Test 43 1. City Project Representative must he an site during density teating CI7'Y QF FORT WORTH Fort Wortli Nature Center & Refuge Boardwalk Phase II STAi�iDARD CON�TRUCTION SPECIFICATION bD.CUMENTS Ciry ProjectNo. 1p2320 Revised 1]ecemher 20, 2012 321133-7 CEMENT TREATED BASE COUR5E5 Page 7 of 7 1 2. City to measure density of cement treated base c.aurse in accardance with ASTM 2 D6938. 3 3. Spacing directed by City {I per block rninimurn). A 4. City Prajec� Representative determines density tes�ing locations. 5 B. Depth Test 6 1. Take min'vnum of one core per 500 linear feet per each direction of traveI 7 stagge��i:ng tesf location in eac.h lane to deter�nine in-plaee depth, 8 2. City Project Representatiue determines depth testing locations. 9 3.$ SY$TEM STARTLTP [NOT USED] IO 3.9 ADJUSTING [NOT USED] 1 i 3.1Q CLEANING [NOT USED] I2 3.11 CL0,5EOUT ACTIVITIES [NOT TISED] 13 3.12 PROTECTION [NOT IISED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTA��NTS [NOT USED] 16 17 END OF �ECTION Revision Log DATE NAME SUIVIMARY OF CIIANGE 3-1 I-2022 Zelalem Arega 13.A.2, 2.2.8 -- Added ASTM C595 — Type IL Cement 1� C1TY OF FORT WORTH Fart Warth Nature Center & Rafuge Boardwalk Pliase TI STANDAR.a C4NSTRUCTIpN SPECJFICATIOi�! I]OCUMEI�ITS City Project No. 102320 Revised DeCember 20, 2012 321137-1 LIQUID SOIL STABII.IZER Pagelof5 i 1 2 3 PART 1- GENERAT, SECTION 3� ll. 3'� LIQUID SOIL STABILIZER 4 1.1 SUNIlI7ARY 5 A. Section Includes: , 6 1. Add-mixture, cement, v�ater, and subgrade ox base (with or without asphalt 7 concrete pavement) in th� roadway. 8 B. Deviations frorn this City oiFort Worth Standard �pecif�cation 9 1. None s.o 11 12 13 14 1.2 15 15 17 18 19 20 21 22 z� 24 �5 zs 27 zs 29 �o C. R�lated Sp�cification Sections ix�clude, but are not necessarily li�mited to: 1. Divisian p— Bidding Requirements, Cantract Forms, and Conciitions of the Contract 2. Division 1— General Requireme�ts PRTCE AND PAYMENT PROCEDURES A. Measi�rement and Payment 1. Measur�ment a. Measurement far this Item will be by the gallon of Liquid Treated Soil Stabilizer. 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 priee bid per gallon of Liquid Treated Soil Stabilizer. 3. The price bid shall include: a. Furnishing all the liquid stabilizer products b. Finishing c. Mixing d. Equipment e_ Curing f. Hauling g. Dispasal CITY OF FORT WORTH Fort Worth Idature Canter & Refuge Boardwalk Phase II STANDARD CONSTI2UCTION ;SPECIFICATION DOC[3MENTS City Project Na. 102320 Version August 21, 2015 32i137-2 LIQUID SOIL S'PABILIZER Page 2 of 5 1 2 3 4 5 6 7 8 9 7.0 11 12 13 14 15 �.6 i� 18 19 zo 21 22 23 z4 z� 26 27 28 29 �a 31 32 �3 34 1.3 1�EFERENCES [NOT 13SED� 1.4 ADMiNISTRATIVE REQiJIltEMENTS [NOT U�ED] 1.5 ACTION ST7BNIITTALS [NOT USED] 1.6 ACTION Si�BNIITTALSIIl�TFORMATIONAL SUBNIITTAL� [NOT USED] 1.7 CLOSEOUT SUSNIITTALS [NOT USED] 1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASS[]RANCE �NOT U,SED] 1.10 DELIVERY, �TORAGE, AND HANDLING A. Containers 1. Mwst be stored and handled in closed, weatherpraof containers until immediate dist�ribution. 2. Must have adequate protection fram theft, floading ar damage. 1.11 FIELD [SITE] CONDITIONS A. Soil Envirnnment 1. Liquid Sail Stabilizer �nay be used in soi] environments vvith plasticity indexes of 20 or greater. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS �.1. OWNER-FURNISHED PRODUCTS [NOT i1SED] �.� MA,TERIALS A. City Approv�ed Products 1. Road6ond EN I Soil Stabilizer or approved eynivalent. �.3 ACCESSORIES [NOT USED] �.4 SOiTRCE QUALITY CONTROL [NOT USED] PART 3 � EXECUTION 3.1 INSTALLERS [NOT USED] 3.x EXANIINATION [NOT iISED] 3.3 PREPARATION A. Mix Design 1. The Design Engineer vvill desagnate a cement/add-mixture content that wiIl produce a st�bilized mixture that meets fhe strength requirement. T11e Engincer nvi11 de%rmine the compressive sfirength of the proposed materials in accordance wit� Tex-l20-E, Part 1. CITY OF FORT WORTH Fort Worth Nature Cenier � Refuge Eoard�valk Phase II STANDARD CpNSTRUCTION SP�CIFICATION 7�OCUMENTS City Praject No. 102320 Versian August 21, 2p15 321137-3 LIQUID SOII, STASII,iZER Page 3 of 5 2. The mix will z�ot include more than. 50% asphalt cancrete. �or bidding purposes an 8" Depth Cement Treated Base requires 0.0075 GA/SY or 128SYIGA. 4 3.4 INSTALLATION 5 A. General 7 10 11 12 13 1. Uniformly place cement dry ar as a slurry. Uniformly distribute Liquid Soil Stabilizer and apply only on an area where the mixing, compaatir�g, and finishing op.erations can he completed during th.e sarne working day. 2. Da not start treatment aperation unless the air t�mperaiure is at the minimum application temperature and rising. The temperatuze wzil be taken in� the shade and way from artificiai he�t. Do nnt apply when, in the opinion of the Engineer, weather conditians are unsuitab�e. B. Dry Piacing 14 1. Be%re appiying cement, sprinkle the prepared roadway with diluted add- 15 mixtur� Liquid Soil Stabilizer until the des�red quaniity of diluted add- 16 mixture Liquid SoilStabilizer is evenly distributed aver tlae area to be 17 treated. If necessary, coniinue to sprinkle the treated area vvith water until 18 vptimurm moisture eontent is attained. Distribute the required quantifiy of 19 dry cernent with approved equipment, at a uniform rate. Minimize 20 scattering of c�ment by wind. Dn not apply cement when wind condit�ons, 21 in the apinion of the Engineer, cause blowing cement io become dangerous 22 to traffic or objectionable t ad,jacent property owners. 23 24 25 26 27 28 29 3d 31 32 33 34 35 35 37 38 39 C. Slurry Plaeing 1. Sprinkte the prepared roadway with diluted add-m�ture Liquid Soil Stabilizer uniformly by making successive passes aver a measured seciion of the roadway until the desired quantity of diluted add-�ixture Liquid Soil Stabilizer is �venly distributed over the area to be ireated. Mix the required quantity of cement with water, adjusting filie amonnt af water in arder to account far the moisture placed on the roadway with the add- mi�ure Liquid Sail Stabilizer as it relates ta optimum moisture, as appraved. Produce slurry free of objectionable materials anc� with a consistency that can be easily applied. Agitate the slurry coniinuously. Apply slwry within 2 honrs of adding water azid not longer than 30 minutes after placement ofthe add-mi�rture Liquid Soil Stabilizer, and when the roadway is at a moisture contant drier than optimum. Dispense and spread slurry uniformly by making successive passes aver a rn�asured section oithe roadway at the rate directed until the required cement content is attained. D. Mixing 40 l. ThoroughIy mix the material, add-mi�ure Liquid Soil Stabilizer and 41 cement using approved equipment. Mix until a homogeneous mixture is 42 vbtained. Sprinkle f1�e treated materials during the m�ing operation, as �43 directed, to mainta.in optimum mixing moisture. Spread ar�d shape the 4A camplEfed mi�ture in a uni%r�n layer. CIT'Y OF FORT WQRTH I'ort Worth Nature Center & Refuge Baardwalk Phase ❑ STA.I�iI7ARD C[)NS'P[ZUCTlQN SPECIFICATION DOCiJMENTS Ciiy Praject No. 102320 Version Aug,ust 21, 2015 321137-4 LIQUID SOIL STABILIZER Page4of5 1 2. The Engineer will abtain a sample of the material at roadway moisture and 2 remove all non-slaking ag�ragafies retained on a 3/4-in. sieve. The 3 re�nainder of the mixture must :meet t�e pulverization requirezx�:enfs of 4 Table 1 when tested in aceordance with T�-101-E, Part lII. When shown 5 on the p�ans or approved b� th� engineer, the pulverization requirement fi may be waive�l whenthe material contains a substantial amount of 7 aggregate. 8 E. Compaction 9 10 11 12 13 14 15 16 17 l. Compact �he mixture in one lift using ardinary compaction or densiiy control, as shown on the plans. Corriplete compacfiion within 2 hours aftar the application of the add-nrzixture Liquid Soil Stabilizer. Z. Sprinkle the treated material in accordance with Ttam 2Q4, "Spi•inkling". Adjust the moisture content of the mixture during cotnpaction so that it is within 2.0 percentage points of optunum as determined by Test Method Tex 12Q�E, Part II. Determine the moisture con�ent oithe mixture afi ihe beginnzng and during cozanpaction zn accardazzce with Tex-�03-E. Adjust operations if required. 18 3. Begin rolling longitudinally at the sides a�d proceed towards the center, 19 overlapping on successive trips by at least one-haif the width of the roller 20 unit. On super-elevated curves, begin rolling at tlie low side and progress 2�. toward #he �aigh sade. Of�set alternate trips ofthe roller, Operate rollers at 22 a speed between 2 and b miles per hour, as directed. 23 F. �rdinary Cvmpaction 24 1. Roll with appxoved compaction eq�ipment, as dixeeted. Correct 25 irregularities, depressions, and weak spots immediately by scarifying the 26 areas affected, adding or removing treated rnaterial as requirad, reshaping, 27 and re-campacting. 28 G. Finishing 29 1. Immediately after comple�ir�g compaction, clip, skin, or tight-blade the 30 surface of the add-mixture Liquid Sail Stabilization/cement treated 31 material with a maintainer or subgrade irimmer �o a depth of approximately 32 1/4 in. Remave loosened material and dispose o�at an approved lacation. 33 Roll the clipped surface immediately w�th a pneumatic tire roller until a 34 smoofh surface is attained. Add small increments of water as needed 35 during rolling. Shape aaad n�aintain the course and surface in conformity 36 with the typical sectians, lines and grades shown on the plans or as 37 directed. In areas �vhere surfacing is ta be placed, trizn grade deviatians 38 greater than 1/4 in. in cross section and 1/4 in. in 16 ft. measured 39 longitudinally for the entire width oi�he crass-section. Remnve excess 40 material, reshape, and roll with a pneumatic tire roller. If tnaterial is more 41 than 1/4 in. low, correct as directed. Da not surface patch. 42 H. Curing C1TY OF FORT WORTIi Fort Worth Nature Center & Refuge Boardwalk Phase 1T STANDAI2D COZISTRUCTION SPECIFICATION DOCUMENTS Cit}+ Aroject ]�io. 102320 V ersio� August 21, 201 S 321137-5 LIQLTID SOIL STABTLiZER Page 5 of 5 1 2 3 4 5 6 7 8 l. Maintain the moisture con#ent of tt�e fu� ished section at no lower than 2 percentage poirrts below o�timum by sprinkling or by applying an asphalt material at the rate oi 0.05 fio 0.20 gallons per square yard as directed, until a subseyuent course or pavement is placed ar as otlierwise directed. Do not allow equipmerit on the finished course except as required to complete curing, unlass otherwise approved. At least 3 days of curing are requi�ed before opening the fnished section to traffic, unless otherwise shown on the plans ar directed. 9 3.� REPAIli / RESTORATION [NOT USED] la 3.6 RE-INSTALLATION [NOT USED] 11 3.'� FIELD QUALITY CONTR�L 12 13 �.4 15 16 17 18 A. Density Cont3rol 1. Compact to meet at least 95°/fl of optirnum density as determined in accordance with Tex-120-E, Part n. The Engineer wi11 determine rQadway density in accordance wiih T�st Method Tex-115-E and will veriiy strength in accordance witI� Tex-12Q-E, Part II. Remove and r�place material that do�s not meet density requirements and compact and test replacement mate�al in accordaa.ee with density control methods. 19 3.8 SYSTEM START[TP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 27. 3.10 CLEANING jNOT US�ED] 22 311 CLOSEOUT ACT�VITIE� [NOT iTSED] z3 3.1� PROTECTION jNOT U,�ED] 24 3.13 MAINTENANCE [NOT U�ED] 25 3.14 ATTACI�VIENTS [NOT USED] iZ: 27 28 29 I�►1 �II] �`1 �L�11 Y C�7�1 Re�ision Log DATE N� SUMMARY OF CHANGE C1TY OF FORT WORTf3 Fort Worth Nateire Center & i2efiege Hoardwalk Phase IT 3T,qNpARp CONSTRUCTIOt3 SPECIFICATIOAI DOCUMEI�lTS City Project Na. 102320 Version August 21, 2015 321216-1 ASPHALT PA�IING Pa�e 1 of 25 1 2 3 PART x - G�NERAi� SECTTON 32 I216 ASPHALT PAVING 4 1,1 SUMMARY 5 A. S.eetion Iuclud�s: 6 1. Canstructing a pavement layer cainposed of a compacted, dense-graded mixture of 7 aggregate and asphali binder for s�rface or basa courses 8 B. Deviations from this City of Fart Worfh Standard Specifcation 9 1. None. 10 11 12 13 14 1.2 15 16 17 1& 19 20 21 22 23 24 25 26 27 28 24 30 31 32 33 34 35 36 37 3$ 39 40 C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0- Bidding Requirements, Contract �'orms, and Conditions oithe Contract 2. Division I- General Requirements 3. �ection 32 Q 1 17 - Permanent Asphalt Paving Repair PRICE AND PAYMENT PROCEDURES A. Measurement �nd Pay�ent I . Asphalt Paveinent a. Measurement 1) Measurement for this Item shall be by #he square yard of carapleted and accepted asphalt pa�ement in its final posifiiog for various: a} Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accardance wi�h this Item and measured as pra�vided under "Measurement" will be paid for at the unii price bid per c. The price bid shall include: 1) 5haping and fine grading the placament area 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic contral for alI testing 4) Aspllalt, ag�regate, and additive Sj Materials and wark needed for corrective action 6) Trial batches 7} Tack coat 8) Rexnoval and/or sweeping excess rnaterial 2. H.M.A.C. Tran�ition a. Measurement 1) Measurement for this Item shall be by the ton of composite Hot MiaL Asphalt required %r H.M.A.C, Transition. b. 1'ayment 0 CITY OF FQR'F WORTH Fort Worth I�lature Center 8e Refuge Boardwalk Pliase II STANDARb CONS1'RUCTTQN 3PECIFTGATI4N DOGT7M�NTS City Prajeet IVo, 102320 Revised Decemher 20, 2p 12 3z iz 16 - z ASPHALT PAVING Page 2 of 25 1 2 3 4 5 G 7 8 9 10 I1 I2 13 l4 1S 16 l7 18 19 20 21 22 23 24 2S 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 �42 43 44 45 46 47 �8 49 1) The work performed and materials furnished in accor�ance with this Item and inea�ured as provided under "Measurement" wil] be paid for a� the unit price bid per tan of Hot Mix Asphalt. c. The price bid shall include: 1) Shaping and fne grading th� roadbed 2) �urnishing, loading, unloading, staring, hauling and laandling all matarials including freight and royalty 3) Traf�'ic control for all testing 4) Asphalt, aggregate, and �dditive 5) Materials aaad work needed for corrective actian 6) Tria� batches 7) Tack coat S) Removal and/ar sweeping excenss material 3. Asphalt Base Course a. Measurement 1) Measurement fo:r this Item shall be by the square yard of Asphali Base Course completed and accepted in its final position far: a} Various thicicnesses b} Various types b. Payment 1} The work perfarmed and materials furnished in accardance with this Item and measurecl as provided under `2Vleasure�nent" will be paid far at fi�� unit price bid per square yard of Asphalt Base Course. a The price bid sha�l include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unlaadiug, staring, hauling and handling all materials including freight and royalty 3) Tra�c confrol for all testing �) Asphalt, aggregate, and additive S) Materials and work needed for corrective action 6) Trial batches '7) Tack coat S) Removal and/or sweeping excess maferial 4. H.M.A.C. Pavernsnt L�v�l Up a. Measuremeni l) Measurement �or this Item shall be by the ton of H.M.A.C, campleted and accepted ir� zts faaaal position. b. Payment 1) The work perfonned and materials furnished in accordance with this Ite�n and measured as provided under "Measurement" will be paid %r at the unit price bid per ton of H.M.A.C. c. The price bid shall z�clude: 1) Shaping and fine grading the raadbed 2} Furnishing, loading, unloading, storing, hauling and ka�dling all materials including freight and royalty 3) Traffic controj for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed fo� correcti�re actinn 6) Trial batches CIT'Y OF FQRT WOATH Fort Worth Nahue Center & ltefuge Boardwaltc Phase ll STANDARD CON37'RUCTION SPECIPICATIDN DOCUMEN7'S City ProjectNo. 102320 Revised Decem6er 20, 20I2 327216-3 ASPHALT PAVING Page 3 of 25 1 2 3 4 5 6 7 S 9 1D 11 12 13 14 1S 16 17 18 1� 20 21 7} Tack coat 8} Removal andlnr sweeping excess inaterial 5. H.M.A.C. Speet� Cus�aiQn a. Measurement 1} 11�+Ieasurement for fihis Item shall be per each H.M.A,C. Speed Cushion installed. b. Payrnent 1} The work perfor�ed and naaterials fuznished in accorrdance with this Ztem and measured as provided under "Measurement" will be paid for at the unit price bid per each H.M.A.C. Speed Cushian xnstalled and acceptec3 in its final positian. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauiing and handling aII mat�rials includang freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Ma.terials and work needed for corrective action 6) Trial batches 7) Tack coat 8) R�rno�val and/or sweeping �xc�ss material 22 1.3 REFERENCES 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 39 40 41 42 43 44 �5 4b A. Abbre�viatior�s and Acronyms 1. RAP (raclaimed asphalt pavement) 2. SAC (surface a�gregate classification) 3. BRSQC (Biturninous Rat�d Sourc� Qualit� Catalog) 4. AQNIP (Aggregate Quality Monitoring Pra�gra�n) 5. H.M.A,C. (Hat Mix Asphalt Concrete) fi. WMA (Warm Mix Asphalt) 13. Reference Standards 2.. 3 � Reference standards cited in this speci�cation refer to tha current referenca standard published at the time af the latest revision date logged at the end of this specification, unless a date is spEcifically cited. National Institute of Standards and Technology (I�TIST) a. Handbaok 44 - 200'1 Edition: Specifications, Tolerances, and Oth�r Technical Raquirements for Weighing a.nd Measuring De�vices ASTM International {A�T1V�; a, ASTM D6084 - OG �tandard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer American Associatidn of State Highway and Transportatian Officials a. MP2 Stax►dard Specification for Superpava Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt tHMA) c. T 201, Kinematic Viscosity of Asphalts {Bitumens) d. T 202 Standard Method of Test for Viscosiiy of AsphaIts by Vacuum Capillary Viscomefer C1TY OF FOAT WORTii P'ort lWorth Nature Center & Refuge Soardwalk Phase II STANDARI] C0�18TRUCTION SPEGIFICATIQN AOCLTIVIENTS City Project Na. 10232p Revised December 20, 2012 321216-4 ASPHAI.T PAVING Page4 o£2S 1 2 3 4 S 6 7 8 9 1.0 11 12 13 14 15 16 17 18 19 2� 2I 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 e. T 315 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f TP 1-93 Test Method for Determining the �'lexural Creep Stiffi�ess of Aspha.lt Sinder Using the Bending Beam Rheometar (BBR) 5. Texas Department of Trausportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sam�aling Soils far Highways c. Te� 106-E, Calculating the Plasticity Tndex of Soils d. Tex 1p7-E, De#ermining the Bar Linear Shrinkage oiSoils e. Tex 200-F, Sieve Analysis of �'ine and Goarse Aggregates f. Tex 203-F, Sand �quivalenti Tesi g. Tex-24�-F, Design af Bituminous Mixtu�res h. Tex-207-F, Determining Density of Compacted Bituminaus Mixtures i, Tex 217-F, De�ermining Deleterious Material and D�cantation Test for Cnarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, 'T'heoretical Maximuz� Speciiic Gravity ofBit�imino�s Mixtures 1. Tex-243-F, Taek Coat Adhesion m. Tex-24�4-F, Thermal prafile of Hat Mi� Asphalt n. Tex 28�-F, Determination of Flat and Elongated �articles o. Tex 405-A, Material Fin�r Thau 75 µm {No. 2Q0) Sieve in Mineral Aggregates (Decanta.tion Test far Concrete Aggregates) p. Te� 408-A, Organic Irnpurities in �ine Aggregate for Cancr�te q. Tex 410-A, Abrasion of Coarse Aggregate using the Lds Angeies Machine r. Tex 411-A, Soundness af Aggregate by Using Sodiur�r� Sulfate or Magnesium s. Tex 460-A, Determizung Crushed Face Particle Count t. Tex 461-A, Degradation o£Coars� Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-S30-C, Effect of Water on Bituminous Paving Mixtures w. Tex 540-C, Measurement afPolymer Separation an Heatiwg in Mod'zfied Asplial� Systems x. Tex 54i-C, Ralling 'I`hin FiIm Oven Tast for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum M� Plant Belt Scales z. Tex-921-K, Verifying the Accuracy nf Hot Mix Plar�t Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Adc�itiv� Met�ring Systems 3b 1.4 �iDMIlVISTRATIVE REQiTIl2EMENTS [NOT USED] 37 1.5 ACTION SUSMITTALS [NOT IISED] 38 LG ACTION SiIBNIITTALS/INFORMATIONAL SUENIITTALS 39 A. Asphalt Paving Mix Design: Sub�nit for approval. See 2.2.B.1. CITY OF FQRT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase ll STANDARD CONSTRUCTION SFECIFIGATION DOCUMENTS City Project I�fo. 102320 Re�ised Decemher 20, 2012 32121G-S ASPHALT PAVING Pagc 5 of25 � �.� cLosEQtrr suB�TT�.s �rroT usEna 2 1.8 MAINTENANCE MATERIAL SUSMITTALS [NQT USED] 3 1.9 QUAL�TY ASSUR.A�TCE [NOT U�ED] 4 110 DELNERY, STORAGE, AND AANDLING jN�T USED] 5 l.�l. FIELD CONDITZONS 6 A. Weather Conditions '7 l. Plac� mixture when the roadway surface temperature is equal to or higher than ihe S temperat��res lis�ed in Table 1. 9 Table l 1Q Minimum Pavement Surface Tem eratares Minimum Pavement Surfac� Temperatures in De �rees Fahren�eit Origiaally Spaci�ed High Subsurface Layers pr S�rFace Layers Placed in Temperature Binder Night Paving Operation� Daylig�t Operations Grade 11 12 13 1� 15 16 17 1$ 19 20 21 22 PG64 or lower 45 54 PG 70 55' 6�' PG 76 or hi her 60' 601 ��Contractors may pave at temperatures 10°F lotiver than the values shawn in Table 1 when u#ilizing a pa�ing process including WMA or equipment that eliminates �hermal segregation. In such cases, the contractor must usa either a hand lxeld thermal camera or a hand held infrared thermomefier operated in accordance with Tex-244-F to damonstrata to the satisfaction of the City that the uncompaeted mat has no mare ihan 10° �' of thermal segregation. 2, Unless otherwise shown on the Drawings, place mixtures only when vveather condirions and moisture conditions of the roadway surface are suitable in tha opinion af the City. 11� WARRANTY [NOT USED] 23 PART 2 - PROD�[TCTS 24 �.l OWNER-FiJRNI�T3ED PRODUCTS [NOT Y7SED] 25 �.� MATERIALS 26 A. General 27 1. �'urnish uncontaminated materials of uniform quality. that meet the requiremenis of 28 the Drawings a�nd specificafions. 29 2. Notify the City of all material sources, 30 3. Notify the City before changing any material source or formulaiion. CITY 4P FORT WORTH Fort Worth Nature Center & Refugs Boardwalk Phase II STANDARD GONSTRUCTIpI3 SPECIFICATION DOGUMENTS City Prnject Nv. 102320 Revised December �p, 2012 3ai2 i�-s ASPHAI.T PAVING Page 6 of25 � I 2 3 4 5 6 7 8 9 10 11 I2 13 14 1S I6 S7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 4. When the Contractor makes a source or formulation change, the City will verify that fi3ye requirements of this specification are met and tnay require a new labaratory mixture design, trial batch, ar both. 5. The City may sazx�pl0 and test project materials at aa�y 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 confortn to the requirements shown iri Table 1, and as specified in this Section, unless otherwise shawn on the Drawings. b. Provide aggregate stocicpiles that meet the defuution in this Section for either coarse aggregate or fine aggregate, a When reclairned asphalt pavement {RAP) is allowed by Drawing note, provide RAP stockpi�es in accorda.nce vcrith this Section. d. Aggregate from RAP is not required to meet Table 2 requirezzaents unless othenvise shovvn on the Drawings. e. Supply mechanically crushed gravel c�r stone aggregates that meet the definitions in Tex lOD E. £ Samples must be fram materials produced for the project. g. The City will establ'rsh the surface aggregate classification (SAC) and perform Las Angeles abrasion, magnesium suliate soundness, and Micro-Deval tests. h. Perform all other aggragate yuality tests listed in Table 2. i. Document aIl test results an the m�ture design report. • j. The City may perform tests on independent or spIit samples to verify Contractor test results. k. Stockpile aggregates for eac� source and type separately and designate fo:r the City. 1. Deiermine aggregate gradations for mixi�zre design and production testing based on the washed sieve analysis given in Tex 200 F, Fart II. C1T�C pI' FORT WQKTH Fort Worfh Nature Center & Itefuge �aardwalk Phase II STA]VDARD CONSTRUCTION SPECIFICATION bOCiJMENT5 Ciry Frojec# No. 102320 Revised 17ecember 20, 2012 32 12 16 - 7 ASPHALT PAVING Page 7 af25 Table 2 A rre ate Quali R uirennents Pro e Test Me�hod Re uirement Coarse A re ate SAC �Q� As shown on Dtawin s Deleterious material, ercent, m� Tex-217-F, Part I 1.5 Decantation ercent, max Tex-217-F, Part II 1.5 1Vlicro-Deval abrasion, ercent, max Tex-461-A Note 3 Los An eles abrasian, ercent, max Tex-41 �-A 40 Ma esium s�lfate soundness, 5 c c1es, ercent, max T�x-411-A 3Q2 Coarse aggregate angulariiy, 2 cz•ushed faces, � 3 ercent, min Tex �60-A, Part I 85 Flat and elon ated articles 5:1, ercent, max Tex-2$0-F 10 Fine A re ate Linear slirinlca e, ercent, max Tex-107-E 3 Combi�ed A re ate Sand e uivalent, ercent, �nin Tex-203-F 45 1. Not used tflr acceptance purposes. Used by the City as an indicator of the need �or fiuther 9nvesfiigation. 2. Unless otherwise shovrn on the Dra�rings. 3. Unless othet�wise shown on the Drawings. Only applies to �rushed gravel. 1 m. Coarse Aggregate 2 1} C�arse aggregate stockpiles must have na more than 20 perc�nt material 3 passing th.e No. 8 sieve. 4 2) Maximum aggregate size sho�ald not be over half of the propos�d Iift depth 5 to prevent particle on particle contact issues. 6 3) Pr�viae aggregates fram saurces listed in the BRSQC. 7 4) Provide aggregate from unlist�d sources only when tested by tha Gity 8 and/or approved before use. 9 5) Allor�v 30 calendar days for th� City to sa�nple, tes�, and raport resulis for 10 unlisted sources. 11 6) Class B aggregate meeting all oth�r requir�m�nts in Tab1a 2 may be 12 blended with a Class A aggregate in order to meet requirements for Class A 13 materials. 14 7) When blendzng Class A and B aggregates to meet a Class A requirement, 15 �nsur� that at least 50 percent by weight of the material retained an the 16 No. 4 sieve comes frnrn the Clas.s A aggregat� source. 17 8} Blend by va�uma if the bulk specific gravities of the Class A and B 18 agp,regates 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 minirrium SAC shown on the 23 Drawings. 24 12} SAC requirennents appl� only to aggregates used on the surface of travel 25 lanes, unless atherwise shnwn an the Drawings. 26 n. RAP is salvaged, z�nilled, pulvearized, bro�Cen, or crushed asphalt pa�ement. 27 I) No RAP permif�ed for TYPE D H.M,A.C. � CI"f'Y OF FORT WOR'['H Fnrt Wort}� Naiure Center Sc Refuge Boardwallc Phase TT ST?.IVDARD CONSTRUCTION SPECIFICATION DOCUNIENTS City Project No. 102320 Revised December 20, 2012 321216-8 ASPHALT PAVING Page 8 of 25 1 2) Use no �nare than 20 percen� RAP on'lY�'E B H.M.A.C. unless otherwise 2 shown on the Drawings, 3 3} Crush or hreak RAP so that 100 percent of the particles pass the 2 inch 4 sieve. 5 4} RAP from eiiher Contractor or City, including RAP generated during the 6 project, is permitted only when shown on the Drawings. 7 5) City-owned RAP, if allo�ved for use, will be available at the ]acation 8 sh.own on �li� Drawings. 9 6) When RAP is used, datermine asphalt content and gradation for mixture 1D 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 �40 41 42 � design purposes. 7} Perform other tests on RAP when shown on the Drawings. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in T'ype A or B mixtures unless otherwise shown on the D�rawings. 9) Do not use RAP contaminated with dirt or othet objectionable materials. 1 U) Do not use fihe RA�' if the decanta#ion va(ue exeeeds 5 parcent and �he plasticity index is greater than 8. 11} Test the skockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticiLy index using Tex-10b-E if the decantation value exceeds 5 pereent. 13} The decantation and plasticity index requirements do not apply to RAP sampies with asphalt reznoved by extraction. 14) Da not intermingle Contractor-owned RAP stockpiles with City-ov�+ned RAP stockpiles. 15) Remove unused Contractor-o�ed RAP material from the projact site upon eompl�tion ofthe project. 16) Return unused City-owned RAP to the clesignated stackpile location. Fine Aggregate 1) Fine aggregatcs consist of rnanufactured sands, screenings, and field sands. 2} Fine aggregate stackpiles must mee# the gradatian requirement� in Table 3, 3} Supply fine aggregates that are free frorn arganic impuritiies. 4} The Ciiy may test the �ne aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At mosi i 5 percent of the total aggregate may be �eld sand ar oiher uncrusl�ed ime aggregate. 6} With the exception of field sand, use fine aggregate from coarse aggregate sources thaf ineet the requirements s�own in Table 2, unless otherwise approved. 7) If 10 p�rcent or moxe of f.he stackpile is retaaned on tl�e No. 4 si�ve, test the stockpile and verify that it meets the requirements in Table 1 fox coarse aggregate angularity (Tex 460-A) and flat and elan�ateci parkiclas (Tax 280-F). CTTY OF I�qRT Wq1tTH T'ort Worth Nature Cenker & Refuge Boardwalft Phase 11 STANDAIiD CONSTRUCTION SP�CIPICAT[qN DQCUIVI�NTS City Project I�o, 10232.0 Revised December 20, 2012 32 12 T6 - 9 ASPHAI,T PAVING Page 4 af25 Tab�e 3 Gradatian Re uirements for Fine A re at percent Passing by Weight ar Sieve Size Vol�ume 3/8" 100 #8 7Q-100 #200 0-30 1 2 3 4 5 6 7 S 9 1Q I1 2. Mineral Filler a. Mineral iiller consists of finely divided mi�eral matfier such as a�ricultural lime, crusher fines, hydrated lime, cement, or fly ash. b. Mineral filtee is allowed unless otherwise shown on the Drawings. c. Do not use more than 2 p�rcent h�drated lime or cement, unless atherwise shown on the Drawings. The Drawings may require or disallow specific mineral fillers. When u5ed, provide rnineral filler that: 1} Is suf�ciently dry, fre�flowing, and free from clumps and foreign matter; 2} Do�s nat exceed 3 percent linear shrinkage wl�en tested in accordance �vith Tex-1 U7-E; and meets the gradatian reyuirernents in Table 4. 12 Table 4 13 Gradafion Re uirements for MineraI Filler percent Passiug b� Weight or Sieve Size Volume �s ioo #�oo ss�loo 14 15 16 17 18 I9 20 21 22 23 24 3. Baghouse Fines a. �ines collected by the baghouse or other dust-callecting equipment may be reintrodueed into the rr�i�ng drum 4. Asphalt Binder a. Furnish the type and grade af perforrr�anc�graded (PG) asphalt binder specified as %Ilows: 1) Perfortnance-Graded Bi�ders {PG Bind�rs) a) Must be smaoih and homogeneous b} Show no separation wh�n tasted 'zn accordance with Tex-540-C c} Meet Table 5 requirements CITY QP FORT WQRTH Fort Worth I�ature Center & Refuge Baardwalk Phass II STANDARD CQNSTRUCTION SPECTPICATIaN DpCUMENTS City Profect Na, 102320 Revised December 2Q, 2D 12 o � vt � ' � a � �-. � o q. N � � ��� Pw vP-}� 6 � °� � 6i y�.i W � � � S3 wg a � 0. � �1 C�1 � [V � �N`,1 U A N oNo � allo � � � V3 O ""' /1 ,__, � i M � � /1 cn [� w N A N � � � � � v � N � rc�.l o � � ,� � � o � � � � � /1 m � C'� o0 V [� � � � N O � �" N � 1 o m Il� � '� l� C'�1 "'� � � N � N Q � L � � � ^ � � � H � 1 � �M � i � M � � � � i �Q � �' N A N Fj' O � � � � � � V � � � � !1 N � I � n �° � � � � � M � � M � � � � � � � � n N °:' i °°, a, � �� i Y � o U � U o � N � o.. r� U a U U A � � x. � '� � � � � W � 'ti � � � � � � � � � � � � � o � � o � � � o � � �J � � '� [� � � � ��, � Q U �N � Q, .,., M M � M � � 'd � � cXC � ' �i � � ' i�r � �--� �' � �� o � E-� m o �,� p. y a�i �,ti a, A.� �; � � H� .� � � � [� ,s� � � � �7 � n� j � V v� w F-s �. V � +-+ � � � � V � •� V � U O •� V � � � � d� � w� q W� � A �o �� �� c+. � � U � •ti 0 �r � U � ai G m U � � � � s� � � � 0 A z O F� U W P. d �W � o �N O � N z� o� � � �� �� O � Q n � � � � �.' 1 y N � � o � � � N � � m p.,, � d' � � � � � � � � � � � � � � b � � � � � � N N N ' � N � � N � � � � ,--� C�! �' M Q' � N � �.t N � N � �O o0 �--� [V �' O� � m r � � N N N v � ' O �� � � � N � ,�-� .� � N o � �+ � � N m � �' i � °0 � N � � � N � N � N � N �D � ; ` d� N � tX5 � � �o � pp � � b N N N TS 0 � � � � � � � U � m � �� Q � 6 O �l ny^ o U �� � � � N E.y � � � � � � � � .ni Y . U � � � •� � N � � Q OO OO �- � N 1�N Tf L � � � � v � " � � �= '�? C'�! L'�l p, GL � p'� R� � � � � g .� 4 �„ a�i bn � a � � «� " n �o � � ° d °`" � ,._, � .5 � �v "' w i i o ��si °� w� .�� o � � � � � � �' � N N 'i; � -c a. � w � � i � o �� �� � y b Fy � � � �. 8 � � 00 00 � °� � t� � � Y� .a t4 �. � � � N N A -� a o U a`�i o p G} A U . � a] � � � � � v p � o �. P. � :� 4] N ,� .a � J^' bp H � ry � �O �D � C�7 O '� � � +r, a�i � � .� '� � � o ,� N N � y o en � .� N b i i � -� �c k y �, � ro � `� � a � � � y U � '.',' 00 06 � � � . � � � � G �° nA � r� p � �� �.� �� � � � a� ;; a: � s, 'a � a. � � ' °�' � .� a�i �D �O a `� a� ° � °' '¢ ''� i i u �� '�"� �`'� `a ^ �'a �.�a Ap °�Z ct' � Ra.. � R b,�' .� � o � N c�! � .� � � � �, 'o � � � � � � � � � � '� � o � ou ao 00 � Q� � ro o� � Q �� a �� � N N �a � �,, � � w � � ,--i � .� m a a`3i q ��' A I 1 •d � ,� �,,� �'N .�r � j�j A al .� D'� v�i � �� Aa ,Na m � � � � � �r � o v � Y � � y � nl � ,y�3 � � � � � '�% � 'i:3 � O a) �y 61 N N o �� y 3 � w c'"i i i � a�� �W ���� � � � '� a• a. a � �,° �' .� w 00 00 ,� .-.w �n � � o � � � � .� o � � N � :: � �. � � �� p� �„ ,� N N � :: k3 0 0 ��� '� ° o o +� '� � ,� � d a ,-� .-.� `� � �' � m � � a .�3 .£i � y� P O C�� � C] U � �� o U o-r w.ti .�"., ti�1 o � ���n �.� �•a� .5'� U i'd � � � M � � � 'L] � � � � a G � � q �' � � � '^q � � in � � � �� .����'f�''o���,��v� ��„ �,z� � � a �N� .� ;� � o �� •�w��U��N����s o y w O ~ m v"�y C j•.�. ��'� v� � o.b � � � � � . � � � � � � p � � � � ,a r' �r C � � a � � m �a `�,� � � �'��,�t�9. °#� � � �°' ca � � c� 4-� ^ �% a � � � N' r� � N i� 4 �{.y�`.� ''W" o p� a'� Qr w> C/3 �� � Qe � Li -�• F% O V.l O��� p �� rn r^ .� t�' n. �4 4] ��'� V � E7 G3 N ,� � � � •� � � a��i� � �o b'� >,� 3 � �� �� � � � � � a'�� � ..�i +�-' tf0'� � � � C '� � l N y � N s p m p R a� ��a I�. H � LTr E� � � � °j � � � � a" r c�i �.' a�i � � .S a �' o '� °� o. a.:� �,�., 'a U q Fw ��N��,�wpvs�.,6. .; o �V vi �' r+� ' � � :: �n �p ti �� � m �� C, � �z p°a C � � � � � � m z � O w � � U � Q � U � F4 � D � U•N-, � b [V � � S`7 � O � � � Q Sz � o � ,� C3 � � m 32 12 16-12 ASPHAi.T PAVING Page 12 of 25 2 b. 5eparation testing is not requiretl if: 3 1} A modifier is introduced separateIy at the mix plant either by injection in 4 the asphalt line or mixer, 5 2) The binder is b.lended on site in continuousiy agitated tanks, or binder 6 acceptance is based on Field sarnples taken from an in-line sampling port at 7 the hot mix plant after the addi�ion of modifiers. 9 lU 11 12 13 14 15 Ib I7 IS I4 20 21 22 23 24 25 Zs 27 2$ 29 3Q 31 32 33 34 35 36 37 38 39 40 41 �42 43 S. Tack Coa� a. Unless otherwise sl�ow�a on tlae Drawings or approved, frurnish CSS-1H, SS-1H, ar a PG binder with a minimum high-temperaiure grade of PG 58 for tack coat hinder in accordance with Section 2.2.A.5. 5. Additi�es a. General b. o. 1) When shor�vn on the Drawings, use th� type and rat� of additive specified. 2} Other additives �khat facilitate mixing or improve the qrxalify af the mixture may be allowed when appraved. Liquid Antistrippiz�g Agen.t 1} Furnish and incarporate all reyuired asphalt antistripping agents in asphalt concre#e gaving m�tures and asphalt-s#abilized base mixtures to rneet moisture resistance testing requirem�nts. 2) Proeide a liquid antistripping agent that is uniform and shows no evidence of crystallization, settling, or separation. 3) Ensure tha# all liquid antisi�ipping agents arrive in: a) Properly labeled and unopened containers, as shipped from the manufactuxer, ar b) Sealed tank tr�tcka with an invoice to shaw contents and quantities c} Provide product information ta th� City including: (lj Material sa%ty data sheet (2) Specific gra�ity of the agent at the manufaciurer's reeommended addition t�mperature, (3) Manufacturer's rec.ommended dosage range; and (4) Handli�g and starage instructions 4) Addition of lime ar a liquid antistripping agenf at the Mix Plant, incorporate into the binder as follows: a) Handle in accordance vvith tha manufacturer's reCommendations. b) Add at the manufacturer's recormmended addition temperature. c} Add into the asphalt line by means of an in-line-metering deviee. Liquid Asphalt Additiva Meters 1) Provide a means to check the accuracy of ineter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter iliat reads in increments of 0.1 gal. or less. 3) Verify accuracy of the meter in accordance wit� Tex-923-K. 4) Ensur� fhe accuracy ai the meter within 5.0 percent. 44 7. Mixe,� 45 a. Design Aequiremants 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 mixiure meeting the �8 reyuirem�nts listed in Tables 2 through 8. CI`PY OF FORT WORTH Fort Worth Nafure Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIFICATION D�CUMENTS Cily Project No_ 142320 Revised December 20, 2012 sz �z �6 - i3 ASPI-IALT YAVING Page 13 ai25 1 2 3 4 5 2) Furnish the City with representative s.anaples af all n�.aterials used in the m�ture design. 3) The City wilI verify the miYture design. 4) If the design ca�nat be �erified by the City, fiirnish anolher mixture desfgn. Table G Ma�ter Gradation Bands ( percent Passing by Weight or Voiume} and Valumetric Pro erties Sieve B C D S�Q Fine Caarse Fine Base Surface Surface 1-1/2" — — — 1" 98.0-100.0 — — 314" 84A-98.0 95.0--100.0 -- 112" — -- 98.0--1 Od.O 3/8" 60.0—�O.p 70.0-85.0 85.Q-100.0 #4 40A-60.� 43.0-63.0 50.0-70.0 #8 24.Q�3.0 32.0-44.0 35.0-46.0 #30 13.Q-28.0 14.Q-28.0 15,0-29.0 #50 6.0-20.0 7.Q-21.a 7.0 20.0 #200 2.0--7.0 2.0-7.0 2.0-7.0 Desi n VMA , ercent Minimum — 13.0 14.b 1 S.0 Plant-Prodnced VMA, ercent Minimum — 12.0 13.0 14.0 1, Voids in Mineral Aggregates. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2.6 Table `7 Nlixture Di Praperty Test Method Tex-207-�' Requiremen� Tensile strength (dry), psi (�no�ded to 93 nercent f 1 nercent densitvl Tex-226-� 9b.0' 85-20flz Boil test� � Tex-530-C � — 1. Unless othe�tivise shown on the Drawings. 2. May exceed 200 psi vwhen approved and may be wai�ed when appraved. 3, Used to establisk► baseline for comparisan to profluction results. May 6e waived when approved. S. Warm Mix Asphatt {�VMA) a, WMA is de�ned a� additives or processes tha� allo�+ a r�duction in the temperature at which asphalt mixtures are praduce.d and placed. b. WMA is allowed for use at flae Contractor's option unless otherwise shown on the Drawings. c, Produce an asphalt mixture within �he texnperature range af 2�5 degrees F and 275 degrees T. CITY QP' TORT WORTH Port Worth Nature Center & liefuge Soardwalk Phase lI STANDARD CONSTRUCTION SPECIFICATION DOCUMENT� City Prnject No. I02320 Revised December 20, 2412 32 l2 16 - 14 ASPT�ALT PAVING Page 14 of25 1 �3 d. When WMA is not req�ired hy Drawings; produce an asphalt mixture within the iemperature range of 21S deg:rees F and 275 degrees F. 4 2.3 ACCESSORlES [NOT II�ED] 5 �,4 SOTTRCE QIIALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.� EXAMiNAT�ON [NOT USED] 9 3.3 PREPARAI'��N 10 11 I2 13 14 15 16 17 18 A. Hauling Operations 1. Be�pre use, clean all truck beds to ensure mixture is not con#aminated. 2. Wl�en a release agent is necessary to coat truck beds, use a release agent approved by the City. 3. Petroleutn based pxoducts, such as diesel fuel, should not be used. 4, If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or cover the tiuck bed with tarpaulin. 5. If haul tim� in project is to be greater than 30 min�tes, insuIa�e truck beds or cover tlae truck bed with tarpaulin. 19 3.4 INSTALLAT�ON 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 A. Equipmant 1. General a. Provide required or necessary equipment to produce, haul, pjace, compact, and eore asp�alt cancrete pavement. b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting fhe required propartions. 2. Productian Equipmezat a. Provide: 1) Drum-mi� type, weigh-batch, or modified ,uveigh-batch mixing plants that ensure a uniform, continuous production 2) Automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if tha cantrol sysiem rnalfunetions 3) Visible readouts indicating the weight or �olume of asphalt and aggregate proportions 4) Saf� and accurate mear�s to take required samples by inspection forces S) Permanent means ta check the output of inetering devices and to perform calibration and weight cheeks 6) Addi�ive-feed systems to ensure auniforna, contin.uous material flaw in the desired prvportion 3. Weighing and Measuri�.g Ec�uipment a. General 1) Provide weighing and measuring equipment for rnaterials measured or proportianed by weight or volume. CITY QF FORT WORTH For� Worth Nature Center & Refi�ge Boardwa& Phase II STAI�lDARD CONS'iRUCTION SPECIFICATION DOCLIM�i1TS Gity PrajeetNo. 102320 Revised December20, 2Qi2 32 12 16 - 15 ASPHALT PAVING Page 15 af25 1 2) Provide certifi�d seal�s, scale installations, and measuring equipment 2 meeting the requirements af NIST Handbaok 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measur�d. 4 3) Fut�nish leak-fre� weighing containers large enough to hold a complete S bafich of the material being measured. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 zo 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 f. �� b. Truc� Scales ]) Furnish platform truck scales eapable of weighing tl�e entire truck or truck— trailer combinatiion in a single draft. c. Aggregate Batehing Scales 1} Eqnip scales used for weighing aggregate with a quick adjusY.ment at zero that pravides for a�iy change in tare. 2} Provide a visual ineans #hat indicates fi11e requirad weight far each agg,ragate. d. Suspended Hopper 1} Provide a naeans for the addition or the removal of smalI amo�nts of material to adjust the quantity to the exact weig;ht per hatch. 2} Ensure the scale equipment is leval. e. Belt Scal�s 1} Us� belt scales �'or praportioning aggregate that are accurate to within 1.0 perceni based on the avarage of 3 test runs, where no individual test run exc�eds 2.0 percent when chec�ed in accordance with Tex-920-I�. Asphalt Material Meter 1) Provide an asphalt material meter with an automatic digital display oithe valume or weight of as.phalt material. 2) Verify the accui�cy of the meter in ace.ordanca with T��-921-K. 3} Wh�n using �lie asphalt meter for payment purposes, ensure the aceuracy of the meter is wiihin 0.4 parc�nt. 4} When used to measure component materials only and not far payment, ensure the accuracy off.he rneter is within 1.0 pereen#. Liquid Asphalt Additive Meters 1) Provid� a means to check the �.ecuracy of ineter output far aspllalt prizlaer, fluxing material, and liquid additives. 2} Furnish a meter that reads in increments of 0.1 gallon ar less, 3} Verify accuracy of ihe meier in accardance with Tex-923-K. 4} Ensura the accuracy of the meter within 5.0 percent. 36 A�. Drum-Mix Plants. Provide a mixing plani that complies with the reqUirements 37 below. 38 a. Aggregate Faed Sysfiem 39 1} Pravide: 4� a) A minimum of 1 cold aggregate bin for each stockpile af individual 4Z materials used to produce fhe m� 42 b) Bins designed to prevent ovez�flow of rr�►aterial 43 c) Scalping screens or other appraved methods to remave any oyersized 44 material, roats, or other objectionable materials 45 d} A feed system to ensure a uniform, continuous ina#erial flow in tha 46 desired proportzon to th� dryer 47 e} An integrated means far moi�ture eompensation 48 fl Belt scales, weigh box, or other appraved devicee ta measuxe the 44 weight of the cornbined aggregate CITY OF PORT WORTH I'ort Worf11 Nature Center & Refuge Enardwal[c Phase Il STANDARD CONSTRUCTION SPECIPICATIQNDOCUMENTS City Projeet No, i0232� Revised December 2Q 2612 32 12 16 - 16 A5PHAI.T PAV�TG Page 16 of 25 1 g} Cold aggragate bin flow indicators that automatically signal interrupted 2 material f�ow 3 b. Reclaimed Asphalt Pavement (RAP) Feed �ystem 4 1) Prnvide a separate system to weigh and %ed RAP into the hot mix plant. 5 c. Mineral Filler Fe,�ci System 6 1) Provide a closed system for mineral fller that maintains a canstant supply 7 with minimallass of materiai through fha e�aust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 autorna�icalTy ad}ust the supply of min�ral �ill�r to plant production and 10 pravide a consistent peroentage to the mixture. 11 d. Heating, Drying, and Mi�ng �ysterns i2 1) Provicte: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 �a 3I 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 46 e. f �• a) A dryer o�• mixing system to agitate fihe aggregate during heating b) A heating system that controls the temperature during production to prevent aggregate and asphalt binder damage n) A heating systerr� that completely burns fuel and leaves no residue d) A recording thermometer that continvously measures and records th� mixture dis.charge temperature e} Dust collectian systam to callect excess dust escaping ftom the drum. Asphalt Bi�der Equipzn�ent 1) Supply equipment to heat binder to the required temperature. 2) Equip the heating appa.ratus with a continuously recording thermometer located at the highest temperat�re point. 3) Froduae a 24 hour chart of the recorded temperature. 4) Place a device with automatie temperature caznpensation that accurately meters the binder in the line leading to the mixer. 5) Furnish a sampling port an the line betwaen the storage tanlc and mixer. Supply an additional sampling port between any additive blending device and m�er. Mixture Starage and Discharge 1} Provide a surge-storage sys#em to minimize interruptians duxing operations unless otharwise approved. 2} Furnish a gob hopper or ather device to nn.inizzaize �egregation in the bin. 3) Pro�ide an automated system �at weighs �lie mixture upon discharge and produces a fic�et shawivag: a) Date b) Project identification number c) Plan# identifeation d) Mix identification e} Velvcle ideniificati.on fl Tatal waight of the load g) Tare weight of the vehicle h) Weight of mixture in each load i) Laad number or seqnential ticket number for the day Truck Scales l) Provide standard platform scales at an approved location. �'7 5. Weigh-Batch Plants. Provide a mixing pla.nt that complies with Seotion 2.2.B.4 48 "Drum-Mix Plants," except as required below: 49 a. Screaning and Proportioning C1TY OF POAT WORTH Fort Wprth Nature Center & Refuge $oardwalk Phase II STANDARD CONS7IZUCTTON SPECIFICATION DOCUII�NTS Ciiy ProjectNo. 102320 Revised December 20, 2012 321z ib -17 ASPI-IALT PAVING Page k7 af25 1 1} Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a} Supply bins thax discard excessive and aversized material �irough 4 overflow chutes, S 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 wei�h a complete 8 batch of aggrega#e. 9 2} Provide an automatic propartioning system vtirith Iow bi.n indicators that 1D antoznatically stop when inaterial lev�l in any bin is nat sufficient to 11 complete tl�e batch. 12 c. A�phalt Binder Measu.ring �ystem 13 1) Pravide bucket and scales of snfficient capacity to hold ar�d weigll binder 14 for 1 b.atch. 15 d. Mixer 16 1) Equipinent miaLers with an adjustable automafiic timer that controls fhe dry 17 and wet mixing period and locks tha discharge doors far the requir�d 18 mixing period 19 2) Furnish a pug znill with a rnixing chambar Iarge �naugh to prevent spillage. 20 6. Moc�ified Weigh-Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh-Batch Plants," except as specifically c�escribed below. 22 a. Aggregate Feeds 23 1) Aggregate cnntroI is required at tlie cold feeds. Hot bin screens are not 24 required. • 25 b, Surge Bins 26 1) Pro�ide 1 ar more hins large enough to produce 1 complete batch of 27 mixture. 28 c. Hauling Equipment 29 1) Pravide trueks with enclosed sides to parev�nt asphaIt nnixture loss. 30 �.) Co�er �ach load oimixture with waterprooitarpaulins. 31 3) Before use, clean all �ruck beds to ensure t�e mixture is not eontaminat�d. 32 � 4) 'When necessary, coat �he inside truck beds vvith an approved release agent 33 from �he City. 3�4 d, Placement and Compaction Equipment 35 1) Provid� equipment that does not damage underlying pave�ent. 35 2) Comply with laws arid rregulations con.cerning overweight �vehicles. 37 3) W17en permitted, other equipment that will cons.isiently produce satisfactory 38 results may be used. 39 40 41 42 43 44 45 46 47 48 44 7. Asphalt Paver a. General 1) Furnish a paver that will pz•oduce a. %nished surface that zneets longitudinal azid transverse prnftle, typical section, and placement requirements. 2) Ensure tha paver does not support the waight of any portion af hauling equipment otiier than the conneetion. 3} Provide loading equipmen�t that does not �r�nsmit vibratians or other motions to the paver that adversely affect the finished pavement quality, 4} Equip the par�er with an automatic, d�zal, longitudinal-grade control system and an automatic, i�ansverse-grade contral system. b. Tractor Unit � CITY OF FORT WORTH Fort Worth Nature Center & Refuge 13aardwalk Phase II 5TANDARD CONSIRUCTION SPECIFICATIOt�f D�CUMENTS City ProjectNo. 102320 Revised DecemSer 20, 2p 12 32 12 16 - 18 ASFI IA.LT FAVIFVG Page 18 of 25 5 6 7 9 10 11 12 13 14 15 16 i7 18 19 20 c. d. 1) Supply a tractor unit that can push or propel vehieles, dumpir�g directly inta �e �'inisliing machine to obtain the desired lines and grades to elimi�ate any hand finishing. 2) Equip the unit with a hitch suf�'ieient ta maintain contact between the hauling aquipin�nt's rear wheels and the imishing machine's pusher rollers while mi�.ure is unloaded. Screed 1) Pravide a heated compacting screed tha# will produee a#"tnislaed sur�ace that meets longitudinal and transverse profile, typicai section, and placeme�t re.quirements. 2) Screed exie�nsions must provide the same cotnpacting action and heating as the main unit unless otherwise approved. Grada Reference 1} Provide a grade reference uvith enough support #hat the ma�cimum deflection does not �xceed 1/16 inch betw�en supports. 2} Ensure that the longitudi�al contro�s can operate from any longitudinal grade reference inciuding a string line, slc�, mobile string 1ine, or matching shaes. 3) Furnish pa�er skis or mobile string line at least 40 feet long unless otherwise approved. 21 8. Material Transfer D�vices 22 a. Provide the specified type of devzca whan shawn on the Drawings. 23 b. Ensure the devices provide a continuous, uniform miature flow to the asphalt 24 25 26 paver. c. When usee3, provide windrow pick-up equipmant constructed ta pick up substantially all roadway mixture placed in the windrow. 27 9. Ramixing Equipment 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augars, or variable di�neter augers operating under a storage unit with a 30 minimwn capacity of 8 tons. 3i 32 33 34 35 36 10. Motor Grader a. When allowed, provide a self-propel}ed grader with a b.lade length of at least 12 feet and a wheelbase of at least lb f��t. 11. Handheld Infrared Thermometer a. Provid� a handheld infrared th�rmnmeter mee�ing the requirements af Tex-244-F. 37 12. Rollers 38 a. The Contractor may use any type of roller to meet the production rates and 39 quality requirements of the Contract unless otherwise shown on the Drawings 40 or directed. 41 b. When specific ty. pes of equipmant are reyuired, use equipment that meets the 42 speci�ed require:ments. �3 c. Alternate Equipment 44 I) Instead of the specifi�d equipment, the Contractar may, as approved, 45 operate other camgaction equipment that prociuces e�ui�alent results. 46 2) Discontinue the use of fihe alternate equipment and furnish the specif ed 47 equipnr�ent if�lae desired results are not achieved. 48 d. City may require Contraator to substitute equipment if praduation rate and 44 quality requirements of the Cantract are not met. CITY dF FpRT �V(]RTH Fort Worth %fature Ccnter & Refuge Boardwalk Phase II STt�NDAItD CONSTRUCTION ST'ECIFICATION DOCUMENTS City Praject Na 102320 Revised De�ember 20, 2012 3z lz iG -19 ASPHALT YAVING Page f9 ai25 I 13. �traightedges and Templates. Furnish 10 foot straigla#edges and ather teznplates as 2 required or approved. 3 14. Distributor v�hiel�s 4 a. Furnish vehicle that can achieve a�nifvrm tack coat placement. S b. The nozzle patterns, spray bar height and dis#ribution pressure must wark 6 together to produc� uniform application. 7 a The vehicle should be sat to provide a"double Iap" or "triple lap" coverage. 8 d. Nozzl� spray patterns should be identical ta one anather alang fihe disfributor 9 spray bar. ] 0 e. Spray bax height shocrld remain constant. 11 f. Pressure within the distributor must be capable of forcing the tac�C coat nnate�•ial 12 oufi of spray nozzles at a constant rate. 13 15. Coring Equipinanf 14 a. When coring is required, pro�ide equipinent sUitable to obtain a paveznent 1S specim.en meeting the dimansions for testing. 16 B. Constxuction 17 1. Design, prodnce, store, tcansport, place, anci compact the specified paving mixture i 8 in accordance wi�h the requireinents of #his Section. 19 2. Unless otherwise shawn on the Dra�?vings, pro�+ide the mi� dasign. 20 3. The City will perform quality assurance (QA) testin-g. 21 4. Provide quality control (QC) tes�ing as needed to tneet the requirements of this 22 Section. 23 C. Produe#ion Operations 24 1. GeneraI 25 a. The C.ity may suspend production for nancompliance with this Sectian. 26 b. Take correetive action ar�d abfain approval to praceed aftcr any production 27 suspension iar noncampliance. 28 2., Operational Tolerances 29 a. Stop production if testing indicates tolerances are exceeded on any af 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 eonseeutive tests on asphalt content 34 b. Begin production anly when test results or other informatian indicate, ta the 35 satisfactian of fhe City, t�at tha next �nixtura produceci will be wi�hin Tablc 9 36 tolerances. 37 38 39 40 4I 42 43 44 4S 46 3 4. Storage and Heating of Materials a. Da not heat the aspIaalt binder above the temperatures specified in S�ction 2.2.A. or outside fhe manufacturer's recommended values. b_ On a daily hasis, pro�ide tihe City �with tha records of aspltialt binder and hot- mix asphalt discharge tempara#ures in accordance wifili Table 10. c. UnIess otherwise approved, do not store mixture for a period long enough to affect the quality af the rnixture, nor in any cas� langar than 12 hours. Mixing and Discharge of Materials a. Notify tb.e City af tl�e target discharge ternperature and produce the mixt�are r�ithin 25 degrees F' of tha target. CITY OF PORT WORTH Fort Worth I�Iature Center & 12efuge Bpardwalk Phase IT STANPARD CON9TRUCTION SPECIFICATION DQGUivI�NT3 City PrnjectNo. 142320 Revised Deeemher 20, 2012 3212 i6-20 ASPHALT I'AVING Pa$e 20 of 25 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 lb i7 18 14 20 21 1. Place the mixture to meet the typical sectian requirernents and produce a smooth, finished surfaee or base course with a uniform appearance and texture. 2. Offset langitudinal joints oi successiv� courses of hot mix by at least 6 inches. 3. Place mi�ure so langitudinal joi�ts an the su�•face cvurse caincide with lane lines, or as directed. Ensure that aII finished surfaces will drain properly. 4. Wh�n End Dump Trucks are used, ensure the bed does not eantact th� paver when xaised. PIacement can be performed by hand in situations where the paver cannot place it adequately due to space res�'ictions. Hand-placing should be minimized to prevent aggregate segregaxion ax�d surface texture iss�es. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the co�npactad li�t fhicicness shown in Table 9, unless atherwise shown on the Drawings or otherwise directed. 22 Table 9 23 Com acted Lift Thiclrness and Re uired Coxe H� Com acted L'�i'it Thickness Miz�tnre Type Minimum Maximum B 2.00 3.00 c Z.00 z.sa D l.sa z.00 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 b. Monitor the temperature of the material in the truck before shipping to ensur.e that it does nat exc�ed 350 degrees F. The City will nat pay far ar aIlow placement o� any mixiure produced at znore than 350 degrees F. c. CQnfral the mixing time and temperature so that substantially all moisture is removed fram t�e mi�ture before discharging from the plant. D. Placement Operations 5. 6. 7. 9. Taek Coat a, Clean the surface before placing the tack coat. Un.less othervwise approved, apply tack eoat uniformly at the rate direcfied by the City. b. T}te City �wi11 set the rate between 0.04 and 0. i 0 gallons of residual asph�lt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all jaints. d. Pre�ent splattering of tack coat when placed adjacent to curb, gutter, rnetal beam guard fance and structuras. e, Roll the tack coat with a pne�matic-tire roller when directad. f. The City may use Tex-2�43-�' to verify that the tack coat has adequate adhesive properties. g. The City rraay susper�d paving operation� until there is aciequate adhesion. h. The tack coat should be placed with envugh time to break or set before applying hot mix asphalt layars. i. Traffic should not be allo�ed on tack coats. CITY OF F012T WOIZTH Fort Worth 1Vature Center & Refuge Boardwalk Phase II STANDARD CONST'RUCTION SFECIFICATION DOCi7MENTS City Prajeet Na. 102324 Revised December 20, 2012 32 12 1.6 - 21 ASPHAI,T PAVING Page 21 nf 25 1 j. When a�acked road surface nnust be open.ed to traffzc, ihey should be covered 2 wifh sand to provide frictinn and prevent pick-up. 3 k. A typical rat� for applyin� a sand eover is 4 to 8 Ibs/square yard, 4 10. General placement �•equirements 5 a. Material should be delivered to maintain a relativelX canstant head af material 6 in front of the screed. 7 b. The hopper shauld ne�rer be allowed to empty duriag paving. 8 c. Dumpuig wings between trucks not allowed. Dispose o� at end of days 9 production. ia il 12 13 14 15 E. Lay-Down Operation 1. Minim.um Mixture Plaaement Temperatures. LTse Table 1a for minimum mixture placement temperatures. 2, Windrow Operations. When hot mix is placed in windrows, operate wiridrow pickup equipm.ent so that subsiantially all the mi�ure deposited on tlie roadbed is picked up and loaded into the paver, 16 Table 1D 17 5u ested Minimum Mixture Placement Te� era Hi.gh-Temperature �nimnm Placemen� Binder Grade T n Terr�perature PG 64 or lower PG 70 PG 76 PG 82 or hi�her 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 260°F 270°F 280°� 290°F E. Compaction 1. i7se air �oid control unless ordinary compaction control is specified on the Dra�vings. 2. Avoid dispIacement of the mixture. If displacement occurs, oorrect to the satisfactioii of the City. 3. Ensure pavement is fially compact�d before allowing rollers to stand on the pavem ent. 4. ilnless otherwise directed, use only water or an approved release agent on rol�ers, tamps, and othex coznpaction equipment. 5. Keep diesel, gasol.ine, oil, grease, and other �areign matter off the nni�ture. 6. Unle�s ofiherv�ise directed, opei•ate vibratory rollers in static mode when not eompactiz�g, when c�anging dir�ctions, ar when fihe plan depth of the pavement mat is less than 1-1/2 inehes. 7. Use tarnps to thoroughly compact the edges of the pavement along curbs, headers, and similar structUres and in lacations that will not allaw thorou.gh cortaipaction with the rollers. 8. Th. e City �ay require rolling with a trench roller on wic�ened areas, in trenches, and in other limited areas. 9. Allaw the compacted p�vement to coal to 160 degrees F or lower before opening to firafFc unless otherwise directed. �. CITY DF P�RT WORTH Fnrt Worth Nature Center & Refuge Boardwalk E'hase II STANDARD CONSTRUCTIOI� 3PECIFICATIOId DOCUNI�NTS Ciry Project No. 102320 Revised Aecember 20, 2012 32 12 lfi - 22 ASPI-IALT PAVING Page 22 of 25 1 10. When directed, sprinkle the finished mat wiYh water or limewater to expedite 2 opaning the road�vay to traffic. 3 11. Air Void Conkral 4 a. General 10 11 12 13 14 15 I6 17 18 59 20 21 22 23 24 25 26 27 �8 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 �3 44 45 46 47 c. d. �. 1} Compact dense-graded hot-m� asphalt to contain from 5 percent ta 9 perce�;t in-place air voids. 2) Do not increase the asphalt content of the m�ture to rednce pavement air voids. b. RoIlers 1} Furn ish the type, size, and number of rojlers required for eompaction, as approved. 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shovvn on the Dravuings. 3) Use additional rollers as required to remo�e any roller marks. Air Void Determinatian 1) Unless other�vise shown an the Drawings, obtain 2 raadway specime�s at each Iocation selected by the City for in-place air void determination. 2) The City wiIl measure air voids in accordance vvith T�x 207-F and Tex�227�F. 3) Before drying to a cans�ant weight, cares may 6e predried using a Corelok or similar vacuum device to remove axcess �noisture. 4) The City wiIl use the average air void conten� of the 2 cores to calculate the iz�-place air voids at the �elected location. Air Voids Out of Range 1) If the in-place air void content in the compacted mixture is below 5 pereent or greater than 9 percant, change the production and placement operaiions to bring the in-place air aoid content within requirements. Tast S�ction 1) Construct a test section. of ] lane-width and at most 0.2 �iles in 1�ngY.h to demanstrate that campaction to between 5 percent and 9 percent in-place air voids can be obtained. 2) Cantinue this pracedure until a test sectian with S percent to 9 percent irn- place air voids can be produced. 3) The City will allow only 2 test sections par day. 4} When a test section producing satisfactory in place air void cantent is placed, resuma full prnduction. 12. Ordinary Compaction Control a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at leas� 1 m�dium pneumatic-tire roller (minimum 12-ton �eight). b. Use the controI strip method gi�en in Tex 207-F, Part IV, to establish rolling paitezx�s that aohieve m�ixrtum compaction. c. Follor� the selected rolling pattern unless changes that affeet compaction occur in the mixture or placement conditions. d. When such changes accur, estab}ish a new rolling pattern. e. Compact the pavement to meet the requirements of the Drawings and specifications. CITY OF FORT WORTFI Fort Warlh Nature Certter & Refuge Boardwalk Phase II STANDE1ItD CONSTRUCTION SP�CLPICATIaN DOCLTMENTS City Project l�[o. 1D2320 Revised December 2D, 2432 32 12 16-23 ASPHALT PAVIlVCr Page 23 of 25 1 2 3 4 5 6 7 8 9 10 ]1 12 13 1 �} 15 16 17 18 19 20 21 22 23 24 25 26 27 If the City determines that the irregularity will ad�ersely af%ci pavement performance, the City may require the Cont�actor to remove and replace (ai the Contractor's expense} areas of the pavement that contain the irregularrties and areas where the mixtur� does not bond to the eacisting pavement, If irregularities are detected, the City may require the Contractor to 'vmmediately suspend operations or may allow the Contractor ta continue aperations for no more than 1 day while the Contractor is taking apprapriate corrective action. The City may suspend production or placement operations until the problem is corrected. 6. At the expense af the Cantractor aud to the satisfactzon of the City, remove and replace any mixture that does not bond to the existing pa�ernent or that has other surfaca irregularities identi��d abo�ve. 2� 3.� REPAIR 29 A. �ee Section. 32 OS 17. 3a 3.6 QUALITY CONTROL 3i 32 33 34 35 3fi 37 38 39 40 41 42 43 44 f. �• h i. When rolling with the 3-wheel, tan.dezn or vibratozy rollers, stai�t by �rst rolling the joint with the adjacent pavement and then continue by roIling longitudinally at the sides, Proceed tovvard the center af tl�e pa�ement, overlapping an suecessiv� trips by at i�ast 1 ft., unless otherwise directed. Make alternate trips of the roller sligh:tly different in length. On superelevated curvas, begin rolling at the lo�v side and progress towa.rd the high side unless ofhez•wise directed. G. Irregularities 1, Identify and correct irreguIaxities including, but not Iimited to segregation, rutting, raveling, flushing, fat spats, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, strealcs, uncoat�d aggregate particIes, or broken aggregate par�icles. 2. The City may also identify irregularitie�, and. in such cases, the City shall promp�ly notify the ConCract�r. 3 :� 5. A. Production Testi�ng 1. Perform production tests to verify asphalt pa�ing rneets �lae pez�ornnan.ce standard required in the Drawings and specifications. 2. City to �neasure density of asphalt paving with nuclear gauge. 3. Ciiy ta core asphalt paving fram the narma.� thickness of sactian once acceptable d�nsity achieved. City identifies location of cores. a. Minim�.m core diameter: 4 inches b, Minimum spacing: 200 feet c. Minimum of 1 core e�ery block d. Alternate lanes beiween core 4. City to use cores to det�rmine pavernent thickness and calculate theoretical density. a. City to perfarm thearetical dansity test a mininnuz�a of 1 pe:r day per street. B. Density Tast 1. The average measured density of asphalt paving must meet speci�ed density. CITY OF I'ORT WORTH Fort 4Vortli Nature Center & Refuge Boardwallc Phase II STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectPfa. 10232D Revised I]ecember 20, 2012 32 12 16 - �4 ASPHR,LT YAVING Page 24 o£2S � � 1 2 3 4 5 5 � 8 9 10 11 I2 l3 14 15 16 17 18 19 20 21 2. Average of ineasurements per stTeet not meeting the minimum specified strength sha11 be subject to tha money penal�ies or rernoval and replacement at the Contractor's expense as shaw in Table 11. Table 11 Densi Pa ment Schedule Percent Rice Percent of Contraet Price Allovved 89 and lower remova and replace at the entire cost and expense of Coniractor as directed bv Citv. 90 91-93 94 95 Over 95 1 7S-percent remor�e and replac� at the entire cost and expense of Contractnr as directed bv Citv. 3. The amount of pena�ty shall be deducted fram paym�nt due ta Coniractar. 4. These requirements are in addition to the requirements of Article 1.2. C. Pavement Thiekness 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 Gity, unless ofherwise specified in the special provisions or on the Dra�vings. 3, In the event a defsciency in the thicicness of pavement is rrevealed du�g production testing, subsequent tests necessary to iso3ate the deficiency shall be a# the Contraciar's expense. 4. The cost for addi#ional coring test shall be at the same rate charged by commercial labora�ories. S. Where the average thickness of pavement in the area found to h� deficient, paym�nt shall be made at an adjusted price as speciiied in Table 12. CITY dF FORT WORT�3 Fort Worth Nature Center & Itefuge Boardwalk Phase II STAI�€DARD CDNSTRUCT'ION SPECIFICATION DOCUMEI�#TS Ciry Project No. 102320 Revised Decemher 20, 2012 32 12 15 - 25 ASPHALT PAVING Page 25 of25 1 Tabl@ 1� 2 Thickness De�ciene Penalties Deficiency in Thickness Proportional Part Detar3nined b Cores Of Contract Prrce Greatar Than 0 percent - Not More than 10 percent 90 percent Greater Tha� 10 per�ent - Not More than 15 percenfi 80 pez-cent remove and i�eplace at Greater Than 15 pei�cent the entire cos# atid expense af Contractor as directed bv Citv. 3 4 5 5 7 8 9 10 11 1� 13 14 l5 16 17 18 6. If, in tha judgment af the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractar's antire expense, vvith a5phalt paving of the thicl�ness shawn on the Drawiz�gs. 7. No addiiional payment over the contract unit price sha(1 be mada for any pave�aenf of a thickness exceeding ihat required by the Drawings. 3.� FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT iT�ED] 3.9 ADJUSTING [NOT USED] 310 G`LEANING [NOT U�ED] 3.11 CLOSEQUT ACTNTI'IES [NOT USED] 3.i� PROTECTION [NOT USED] 3.1.3 MAINTENANCE [NOT USED] 3.14 ATTACHIV�NTS �NOT USED] END OF �ECTION Revision Log DATE NAME SLJMM�_RY OF CHAIVGE ] 2/20/2012 D. Jvhnson 1.2.A — Modified it�ms to 6e included in price bid 19 CITY qF FORT WORTH Fort Worth Nature Centee & Ttefvge $pardwalk Phase II STANL)ARD CONSTRUCTION SP$C1PiCAT[ON DOCUMENTS Cily Project IVo. 102320 Revised December 20, 2012 321273- 1 ASPi�ALT PAVING CRACK SEALAN'!'S Page 1 oi5 1 2 ��\:�li�l�3M►1�lti7�1! 4 f .1 SiJMMARY SECT�ON 3� ] � 93 ASPHALT PAVING CRACK SEALANT� 5 A. 5ection Includes: 6 1. Sealing �ransverse and longitudinal cracks no larger than 1-1/2 inches in asphalt 7 paving 8 B. Deuiations fram this City af Fort Wo�th Standard Specificatian 9 1. No�e. 10 11 12 13 I4 1.� 1S 16 17 18 19 20 21 22 23 1.3 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Related Specification Sections include, but are not necessariIy limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contraet 2. Divisian 1- General Requirem�nts 3. Sectian 32 12 16 - Asphalt Paving PRICE AND PAYM�NT PROC�DURES A. Measuremen.t aci.d Payment l. Measurement a. Measurement for this Item shall by the gallon of Aspnalt Crack Sealant pIaced. 2. Payment a. The wark perfor�ned a.nd materials �urnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per gallon of AsphaIt Cracl� Seala�nt. 3. The price bid shall include: REFERENCES A. Reference Standarc�.s 1. Reference standards cited in this spe�cification refer to the current reference standard published at the titne oithe latest revi�ion da�e logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTN�: a. D6690-07, Standard �pecification for Jaint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. b. D5329-09, Standard Test Methods for Sealants and Fillers, Hot-Applied, for Jo�iz�ts and G`racks i� Asphaltic az�d Portland Cement Cancret� Pavem�nts. c. D2196-05, Method A, Standard Test Methods fox Rheological Propertzes af Nan-Newtonian 1V�aterials by Rotatianal (Brookfield type) Viscometer. d. D217 - 02, Standard Tes� Metihods for Cone Penetration of Lubricating Grease. 3. American Assaciation a� State Highway and Transportation Officials a. T 48, Flash and Fire Points by Cleveland Open Cup. b. T 49, Standarrd Method of Test %r Penetratzon of Bituminous Materials. c. T 51, Ductility ofBituminous Materials. CITY OF FpRT WORTH Port Warth Nxhue Center cY� Refuge Baardwalk Phase II STANDARD CO�I5TRUCTIDN SPECIFICATION bOCUMENTS City Project No. 1p2320 Revised 1]ecemher 20, 2D12 32 12 73 - 2 ASPHALT PAVING GRA.CK S�ALAN"T'S Page 2 of S 1 2 3 4 5 6 d. T 53, Point of Bitumen {Ring-and-Ball Apparatus). e. T 59, �tandard Methad of Test �ar Emulsified Asphalt, 4. Texas Department of Transportation a. Item 300: "Asphalt, Oils and Emulsions". b. Tex-543-C, Evaporative Recovery of Residue for Emulsi£�ied Crack Sealant. c. Tex-544-C, Rubber Cantent %r Rubber�Asphalt Crack Sealant. 7 1.4 ADMINISTRATIVE REQUIREMENTS [N�T USED] S 1.5 ACT70N SUBNIITTALS [NOT USED] 9 1.6 ACTION SUBNIITTALS/INFORMATIONAL ,SUBMITTALS 10 11 12 13 14 15 16 17 18 1.7 A. Test and Evaluation Reports 1. Prior to installation, CONTRACTOR shall fur�ish the City certification by an independent testing laboratary that the crack sealant from each lot of sealant to be used, meets t1�e requir�ments of �lus Saction. 2, The manufacturer of the crack sea�ant shall have a minimum twa-year demanstrated, documented successful tield performance with �sphalt and concrete pavezn�ent crack sealant systerns. V�rifiable docum�nfatian shall be submittad to the City. CLOSEOUT SUSNIITTALS [NOT �i.TSED� 19 1.8 MAINTENANCE MATERTAL SUSMITTALS jNOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 22 1.11 FIELD CONDITION� 23 A. Weather Conditions 24 1. Place �niaLtura according to manufacfiarer specifications. 25 2. LTnless otherwise shawn on tlae Drawings, place mixtures only �vhen weatiher 26 conditions and rnoisture canditions of the roadway surface are suitable in the 27 opinion of the City. 28 1.12 WARRANTY [NOT USED] 29 PART � - PRODUCTS 3� 2.1 OWNER-FURNISHED PRODUCTS iNOT USED] 31 32 33 34 35 36 37 2.2 MATERIALS & EQUIPMENT A. Materials 1. Use materials approved by the City. 2. Furnish materials unless otherwise shown on the Drawings in accardance with ASTM D 6690-07 and ASTM D 5329-09 and Tables 1 and 2. a. Polyzne:r modified asphalt-emulsion crack sealer must meet the requireinents of Table 1. � CITY OF' FOIt'�' WOR'I'H Fort Worth Nature Center & Refuge Boardwalk Phase II STANDt1RD CONSTRUCTIOII SPECIFICATIpN DOCi]MEI•ITS City Yrujeet No. 1OZ320 Ravised Decemher 20, 2� 12 321273-3 ASPHALT PAVING CRACK SEALANTS Page 3 o€5 Table 1 Pol mer-Modi�ied A.s I�alt Emulsion Crack Sealer Pr���� Test Min Max Prnced ure Rotational viscosiiy, '7'1 degrees F, cP D 219b' 1�,OOQ 25,04Q Methnd A SiEve test, ercent T 59 — 0.1 Stora e stabili , 1 da ercent T 59 — 1 Evaporation Tex-543-C Residue by evaporation, percent 65 — b wt. Tests on residue from evaporation: Penetration, 77 degrees F, 100 g, T 49 35 75 S sec. 5oftening point, de.grees F T 53 140 — Ductilily, 39.2 degrees F, T 51 IOQ — 5 cm/min., cm b. Rubber-asphalt crack sealer must meet the requirements of Table 2. 6 Table 2 Rubber-As halt Crack Sealer Property T�st Class A Class B Procedure Min Max Min M� CRM content, Grade A or B, pexcent Tex 544-C 22 2G — — b wt. CRM content, Grade B, percent b�+ Tex-544-C -- -- 13 17 wt. Virgin rubber coatent�, percent by — — 2 wt. Flash Point�, CQC, de rees F' T48 400 — 44(� — Penetration3, 77 degrees F, 1S0 g, 5 sec. T�9 30 50 30 50 Penetration3, 32 degrees F, 200 g, 60 sec. T 49 12 — 12 — Softening point, °F T 53 — -- 170 — Bond' D5329 — Pass 1, Provide certiiication that the min. percant virgin rubber was addad. 2. Before passing the test fiame over the cup, agitate the seal'ang compound witti a 318- ta �12-inch (9.S- ta 12.7-mm) wide, squar�end metal spatula in a manner so as to bring the material vn �he bottom of the cup to the surface, i.e., tiu�n the material aver. 5tart at one side of the the�7nameter, move around to the other, and then retum to the starting point using 8 to 10 rapid circular strokes. Accomplish agitadon in 3 to 4 sec. Pass the tes# flame over the cup immediately after stirring is completed. 3. Exception to T 49: Substitute tk►e cone speci�ed in ASTM D 217 for the penetration needle. 4. Na craek in the craek sealing materials or bre�Ic in the bond between the sealer and the mortar bloefcs o�er 114 �. deep for any speoimen after completion o£the test. 7 B. Equipmenf $ 1. Pravide all necessary equipment and keep equipment in a satisfactory working 9 condition. 10 2. The minimum requirements for construc�ion equipment shall be as %llo�vs: CITY OF FORT WORTH Fart Worth Nature Center & Refuge Boardwalk Phasa II STANDARD C�NSTRUCTipN SPECIFICATIQN DOC[IMENTS City Ptoject No. 102320 Re�ised December 20, 2012 321273-h ASPHP.LT AAVING CRACK SEALANTS Page �F af 5 1 2 3 4 S b 7 & 9 10 11 12 13 1�} 15 16 17 �.3 a. Double-boiler/.agitator-type ke�tle. C1sed �o heat and install �he hot�applied crack sealant. b. Hose. Transfer the sealar�t fram the kettle to the crack by m�ans of a direct- connect�d pr�ssure-type extruding de�ice (hose) with a nozzle that will insert in the crack. 1) Th� equipment should allow recu•culation into the inner kettle when sealing is not perfarmed. e. Thermometers. Thermometers sl�ould be positioned on the equipxnent to ensur� ap.plication temperatures are bein� met. d. Handtools. Due to the nature of cracks, handtools are required to inseri the s0ala.nt material in cracks that are deeper than 3f4 inch. 1) Thesa fools should not twist, cut, or damrage th.e sealaz�t material. e. Air compr�ssar. Consists of an air compressor, hoses, and a �enturi-type nozzle wi�h an opening not exce,ed 1/4 inch. 1) The air compressor should be equipped with traps that will keep the coinpressed air �iree of oil and moisture. ACCESSORIE� [NOT USED] 18 2.4 SOURCE QUALITY coNTROL [N�T USED] 19 PART 3 - EXECiJTION 20 3.1 IN�TAI1LER5 [NOT USED] 21 3.2 EXANIINATION [NOT i7SED] 22 3.3 PREPARATION 23 �.. Surface Preparation 24 1. Singular cracks wiIl be thoroughly cleaned af all debris and foreign matarial with 25 an industrial air compr�ssor. 26 2. The pavement shall be free of maisture. 27 3.4 INST�ILLATION 28 A. Exerci�e cau�ion to prevent ac�ditional datnage to the pavement surface. 29 30 31 32 33 34 3.5 B. Crack �ealant 1, The crack should be sealed from the bottom ta the top to minimize bubbling due tn entrapped air. 2. The s�alant should �a recessed approximately 1/8 ta 1/4 inch below the pavement sur�'ace to pre�ent tracking. 3. A squeegee may he used ta remove excess sealant from th��pavement surface when a crack is overfilled. CITY dP FOAT WO1tTH Fari Worth Nature Center & Refuga Boardwalk Phase lI STANDAItD C4N5TRUCTION SPECIFICATION IIOCUMENTS CiEy ProjectNa. 102320 Revised December 20, 2012 321273-5 ASPHALT PAVING CRP:CK S�AT,ANTS Page 5 of 5 � 1 2 3 4 S b 7 8 9 lD I1 12 13 3.5 REPAIR/RESTORATION [NOT iJSED] 3.6 RE-INSTALLATION [NOT TT�ED] 3,7 FIELD QUALITY CONTROL [NOT USED] 3.R SYSTEM STARTUP [NOT USED] 3.9 ADJC7ST7NG [NOT USED] 3.1Q CLEANING [NOT USED] 3.11 CLOSEOIIT ACTIVITiES [NOT USED] 3.1� PROTECTZON [NOT USED] 313 M�iNTENANCE [NaT USED] 3.14 ATTACAMENTS [NUT USED] END OF SECTION Re�ision Log DATE NAME SUI11iMA.RY OF CHANGE CI1'Y OF FQRT PJORT}3 Fort Worth NaYure Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTIDN SPBCIFJCATIQN DpC[IME3VTS City Project No. L02320 12evised December 20, 2012 321313-1 CQNGRETE PAVING Page � of23 1 2 3 PART1- GENERAL - - l�l_I�L_:- � I 5 b 7 8 9 A. Section includes: SECT�ON 3213 13 CONCRETE PAVING Z. Finished pavement constructed of portland cement conerete including monolithically poured curb on the prepared subgrade ar other ba�e couzse. B. Deviations from this City of Fort Worth Standard Specification 1. None.� 10 C. Related Specification Seetions include, hut are not necessarily limited to: 11 1, Division 0- Bidding Requirements, Confract Forms, and Conditions ofthe Contract 12 2. Division 1- General Requirements 13 3. Seetion 32 O1 29 - Conerete Paving Re�air 14 A�. Section 32 13 73 � Concrete Paving doinf Sealants 15 1.� PRICE AND PAYMENT PROCEDURES 16 17 18 19 2Q 2I 22 23 24 25 26 27 28 2.9 3q 3l 32 33 34 35 3b 37 38 39 40 A. Measurement 1. Measurement a. Measurament for ihis Itetn shaIl be by the square yard of completed and accepted Concrete Pavement in its £'aunal position as meas�red fram back nf curb for varioUs: 1) Classes 2) Thicknesses 2. Payment a. The work performed and �naterials furnished in accordance with this It�rri will be paid for at the unit price bid per square yard of Concrete �'avement. 3. The price bid sha11 �nclude: a. Shaping and fine grading the placement area b. Fuxnishing and appiying all water required c. Furnishing, loading and unloading, storing, hauling and handling aIl concrete ingredients including all freight and royalty involved d. Mixing, placing, finishing and cuz�ng all cancr�te e. Furnish'rng and installing all rein%rcing s#eel £ Furnishing a11 materials and placing longitiadinal, warping, �xpansion, and contraction joints, including all steel dawels, dowel caps and load tcansrnission units required, wire and devices far placing, holdin� and supporiing the sieel bar, load tr�nsmission vnits, and joint filler material in t�e proper position; for coatin.g steel bars where required by tlie Drawings g. Sealing joints h. Monolithiaally poured curb i. Cleanup CITY OF FaRT Wd1iTH Fort Worth Nature Center & Refuge Boardwalk Phasa iI STANI7ARI� CONSTRUCTION SPECiFiCATION DOCUMEN'I'S City Project Na. 102320 Revised March 11, 2022 321313-2 CONCRETE PAVING Page 2 af 23 1 1.3 REFERENCES 2 A. Reference Standards 3 4 5 6 7 8 9 iU 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 �n 31 32 33 3� 35 36 37 38 39 ►� 3. Reference standards cited in this speci%cation re£er to tlae current reference standard published at ihe time of the latest re�vision date lo�ged at the end ofi this specification, unless a date is �pecifically oited. AST`M International (ASTM): a. A61 S/A615M, D�formed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Cx�ring Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method forr Compressive Str�ngth of Cylindrical Concrete Specimens e. C42, S#andard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready-1Vlixed Concrete g. C150, Portland Cem�nt h. C595, Portland-Limestone Cenaent i. C 156, Standard Test Method for 'Water I.oss (from a mortar specimen) Through Liquid Membrrane-Poz�ming Curing Compaunds for Concrete j. C 172, Standard Practice far sampling Freshly Mixed Concrete k. C26fl, Air Entraining Adtnixtures far Concrete 1. C309, Liguid Meinbrane-Forming Coaaapounds for Curing Concret�, Type 2 m. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" n. C6 i S, Coa� Fly Ash aiad Raw ar Calcined Natural Pozzolan %r use as a Mineral Admixture in Conerete o. G881, Standard 5pecification for Epoxy-Resin-Base Bonding Systems for Concrete p. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic� Cenaent Cancrete q. C 1602, Standard 5pecification far Mixing Water Used in the Produetion of Hydraulic Cement Concrete. r. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ii3} American Concrete I�stitute [ACT): a. ACI 305.1-06 Specificatian fvr Hot Wea�er Concreting b. ACI 306.1-96, Standard Specification for Cold Weather Cancreti�g c. ACI 31$, Building Code Requirements for Structural Concrete and Commentary 40 1.4 ADMINISTRATIVE REQUIItEMENTS [NOT USEDJ 41 1.� SUBM[TTALS �NOT U�ED] 42 1.6 ACTION SUBNIITTALS/INFORMATIONAL �URMYTTALS 43 A. Mix Desigp: suhmit for approval. See Item 2.4.A. CTI'Y OF FORT WQRTH Fort Worih Nahtre Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTIQN SPECICICATION DOCUMEI�fTS City �roject No. 102320 Revised March l l, 2022 32i313-3 CDNCRE.TE PAVING Page 3 af23 1 1.7 CLOSEOUT �UBMITTALS �NOT USED] 2 1.8 MAINTENANCE MATERIAL SUSNIITTALS [NOT USED] 3 1.4 QIIALITY AS�UR�NCE [NOT U�ED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 111 FIELD CONDITIONS 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. Weather Conditions 1. Place concrete when eancrete teznperature is between 40°F and 95°F wh�n measured in accardance wiih ASTM C 1464 at point of plaee�t�ent. 2. Hot Weather Concre#ing a. Concrete paving aperations shall be approved b� the City projeet manager or designee when the concrete temperature exceads 9S°F. b. Concrete shall not be placed when concrete temperature is above �00°F under any circumstanc�s. 3. Co�d Weather Co�creting a. No concr�te sha�l b� placed when ambient t�mp in shad� and away from artificial heat is below 40°�' and falling. Concrete may be placed when ambient temp is aba�e 35°F and rising. Unless th� City project rr�anager or designee approves pa�ing to continue, suspend concreting operations if a descending air temperature in the shade and aw�.y from artificial heat falls below 40°F. Do not resume conereting operations unti] an ascending �ir temperature iii the shad� and away from artifieial heat reaches 35°�' and rising. Con�ractor should take all the precautions necessary to prevent fr�ezing of concrete. Frozen concrete must be removed and repIaced. 4. It is to ba distinctiy undarstood that the contractor is responsibte for the quality and strangth of the concrete placed under any weather conditions. B. Time: Place concrete after sunrise and no later than shall permit tlie fnishing of the pavement in natural light, or as directed by ihe City. 112 WARRANTY [NOT USED] 29 P.A.RT 2 - PRODUCT� 30 3] 32 33 34 2.1 OWNER-FURNLSHED PRODUCTS [NOT USED] `�►�i� r:v r �.a-r:v �y A. Cementitious Material: ASTM C150, ASTM C595 Type IL Cement. B. Aggregates: ASTM C33. C. Watar: ASTM C1602. 35 D. Ad�i�tures: V4?hen admi�tures are used, conform to the appropriat� sp�cification: 3b l. Air-Entraining Admixtures for Concrete: ASTM C260. 37 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 38 3. Fly Ash CITY bF P�RT WORTH Fnrt Worth IVature Center & Refuge Boardwallc Phase II STANDARD CON3TRLICTION SPECIFICAI'IDN DOCUMENTS City Project No. 10232p Revised March 11, 2Q22 32 13 13 - 4 CONCRETE PAVING Pagc 4 of 23 1 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 2 ASTM C618. 3 b. Fly as� may be substituted at ane pound per pound af ce�nent up to 25% of the 4 speciited cement content when such batch design is approved by the En.gineer. 5 E. Steel Reinforcement: ASTM A615. � 7 8 9 10 11 12 13 14 15 I6 I7 18 F. Ste�l Wire Reinforcement: Not used %r concrate pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A6 T S. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow camplete closure of the expansion joint. b. Caps for dowel bars shall be of the lengih shown on the Drawings and shall have an internal diameter sufficient to perrnit the cap to freely slip over the bar. c. In no case shaZl the internal diamater exceed the bar diazneter by more 118 inch, and one end of the cap shall be rightly clased. 3. Epoay for powel and Tie Bars: ASTM C881. a. See fol�owing table far approved praducers of epoxies a�d adhesives Pre-Qualified Producers of Epoxies and Adhesives i'roduct Name Producer Concresive 1420 SASF HT�-50 Hilti T 308 + Powers Fasteners P E 1p04+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxiIl CMC Construction Services Ultrabond I3a0 Tubes Acihesives Technology Uitrabone 2300 N.S. A-22-2300 Adhesiv�s Technology Slow Set Dynapaxy EP-430 Pecora Corp. EDOT Siznpson Sdrong Tie E'T22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 19 zo 21 22 b. Epaxy Use, S#orage and Handling 1) Package components in airtight containers and protect from light and moisiure. CITY pF FORT WORTI-i Tort Worth Nature Center & Refuge Boardwalk Phase II STANDARB CONSTRUCTION SPECIFICATION DOCUIvIENTS City PrvjectAfo. L02320 Revised March 11, 2022 321313-5 CONCRETE PAVINCr Fage S of23 1 2) Include detaited instructions for the application of the material and all 2 safety infortnation and warnings regarding contact with the components. 3 3) Epoxy labe� reqnirements 4 a) Resin or hardener components 5 b) Brand name 6 c} Name af manufacturer 7 d) Lot or batch numb.er 8 e) Temperature range for storage 9 � Date oFinanufacture r a g) E�piration date 11 h) Quantity contained 12 4) Stare epoxy and adhesive eomponents at tenr�pexatures recannr�ended by the 13 manufacturer. 14 15 16 17 IS I9 20 21 22 5) Do not use damaged or previously apened containers and any material that shows evidence of crystaIliaation, lurnps skinning, extreme thickening, or settIing of pignents Y1�at c�nnot be readily dispersed with normal agitation. 6) Fallaw sound environmental practic.es when disposuag of apoxy an.d arihesi�e wastes. 7j Dispose of alI empty containers separately. 8) Dis�ose of epoxy by cornpletely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs 23 1. Rein%rcement bar chairs or supports shall be of adequate slrength to support the 24 reinfarcement bars and shall not bend or bre.ak under tl�e weight of the 25 reinforcement bars or Contraetor's personnel walking on the reinforcing bars. 26 2. Bar chairs may be made o�'metal {free of rust), precast mortax or concrete blocks or 27 plastic. 28 3. For appraval of plastic chairs, representative samples af the plastic sha11 show no 29 �isible indicatians of deterioration after i�rtmersion in a 5-percent soIution af 30 sodium hydroxide for 12fl-hours. 31 3z 33 3� 35 4. Bar chairs may he rej ected for failure ta meet any of the requirements af this specification. I. 7oin# Fi11er 1. Joint filler is tha material placed in concrete paver�ent and cancre.te structures to allow for the expansion and contraction of the conerete. 36 2. Wood Boards: Used as joint fller for conerete paving. 37 a, Boards for expa�ision jaint fiiler shall be af the required size, shape and type 38 indicated on the Drawings or required in the specifications. 39 1) Boards shaLl be of selected stock af redwoad ar cypress. The boards shall 40 be saund heartwood and shall be free from sapwood, knots, clustered 41 42 43 44 45 46 birdseyes, chack� and splits. 2) Joint filler, boards, shall be srnooth, flat and straight throughout, and shall be sufficiently rigid ta permit ease af installation. 3) Boards shall be furnished in lengths equa3 to the width betrveen longitudinaI joints, and may ba furnished in strips or scored sheet o�the required shape. CITY OF FORT WORTI3 Fort Worth t�ature Center & Refuge Boardwalk Pliase II STANDARb C0I�3STRUCTIdN SPECIF�CATIQN DQGUMENTS City Project No. 1D2320 Revised Mereh 11, 2022 32 13 13 - 6 CONCRETE PAVING Page 6 of 23 1 3. Dimensions. The thickness of the expansion joint filler shalI be shavwn on �lie 2 Dra�vings; the width sha11 be not less thaaa that shown an the Drawings, providing 3 far the tvp seal space, 4 4. Rejection. Expansion joint filler may be rejected for failure to meet any ofthe 5 requirements of this specification. 6 J. Jaint Sealants. Pr�vide 7oin� Sealanis in accordance with Section 32 13 73. 7 K. Curing Materials 8 1. Membran�Forming Compounds. 9 a. Con%rm ta the i�equirements o�ASTM C309, Typ� 2, white pigmented 10 compound and be of such nature that it shall not produce permanent 11 diseoloration of conerete surfaces nor react deleteriously with the concrete. 12 b. The compound sha11 produce a firm, continuoas uniform moisture-impermeable 13 film free from pinholes and shall adhere satisfaotori�y to the surfaces of damp 14 concrete. IS c. �t shall, when applied to the damp cancrete surface at the specified rate of 16 coverage, dry to toueh in 1 hour and dry through in not rnore than 4 hours under 17 normal conditians suitable %r conerete operations. 18 d. It shall adhere in a tenacious film withaut running off or appreciably sagging. 19 e. It shall not disintegrate, check, peel ar cracic during the requir�d curing p�riod. 20 i The compound shall not peel or pick up under traffic and sha11 disappeax fram 21 , the sur£aea a� the concrete by gradual disintegration. 22 g. The compound shall be delivared to �e job site in the cnanufae�turer's original 23 containers only, which shall be clearly labeled with the manufac#urer's nazne, 24 the irade name of the material and a batch number or symhol with which test 25 samples may be carrelated. 26 h. When tested in accarda�ce with ASTM C 156 Standard Test Methaci for Water 27 loss (from a mortar specimen) Through Liquid Membrane-Farming Curing 28 Coznpounds for Concrete, tha liquid membrane-fozming compound shall 29 restrict the loss of water present in fhe test specimen at the time vf applicatinn 30 oithe curing compound to noi more than Q.O 1-oz.-per-2. inches af surface. 31 2.3 ACCESSORIES [NOT USED] 32 �.4 SOURCE QUALYTY CONTROL 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Miac Design 1. Concrete � Design and �ontrol a. Tha City �aas a pre-approved iist of concrete mix designs. The pre-appraved list can he found an the City website under Project Resources �'older. These mix designs meet the requiremants of applicable City speci�cations azad the Contractor may use m� designs from the list without t�ie need for review and approval. The coniractor shall notify the City in writing which mix in the pre- app:roved list the contractor uses far a projeet. b. For a miY design not included in fhe pre-approved Iist, the Contractor shall submit a design of the cancrete inix it proposes to use and a full description of the source of supply of each material componen� at least 10 cale�dar days prior to the start of concrete paving operatians. e. The design ofthe concrete mix shall produce a quality concrete complying with these specifications and shall include the following information: CITY OF FQRT WORTH Fort Warth Nature Center & Refuge Soudwallc Phase Ii STANDARD CONSTRUCT`ION SPSCIFICATION DOC[IMENTS CiEy k'rojactNo. ip2320 Revised March I 1, 2022 32 13 13 - 7 CONCRETE PAVINCr Page 7 of23 1 1} Design Requixements and Design Suxnmary 2 2) Material source 3 3) Dry r�eight of cement/cubic yard and type � 4) Dry weight of fly ash/cubic yard and type, if used 5 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6 6} Design waterlcubic �ard 7 7) Quantities, type, and name o� adzni�tures with manufacturer's data sheets 8 8} Current st�ength tests or streng�h �ests in accordanee rvith ACI 31 S 9 9} Current 5ieve Analysis and -200 Decaz�tation of fin0 and coarse aggregaies 10 11 12 13 14 15 lb 17 d. e. and date oi�ests 10) Fineness modulus of fine aggregate 11) Sp�ci�"ic Gravity and Absorption Values of iine and coarse aggregates 12) L,A, Abrasion of caarse aggregates Once mix design approved by Cify, mairntain intent ofmix c�esign and n�aximum water to c��aaent ratio. No concrete may be placed on the job site until the znix design has been appro�ed by the City. 18 2. Qualify of Concrete 19 a. Consistency 20 1} In general, the consistency of concrate mixtures shall be such fhat: 21 a) Mortar shall cling ta the caarse aggregate 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 3b 37 3.8 39 40 41 42 43 44 45 46 47 48 49 50 b) Aggregate sha1I not segregate in concrete when it is transported to th.e c} d} 2} 3} 4} 5} 6} place of deposit Cancr�te, when dropped directly from the discharge ch�te of the mixer, shall flatten out at the center a� the pi1e, but the edges of the pile shaTl stand and not flow Concrete and mortar shall �how no free v,�ater when removed from the mixer e} Concrete sl�all slide and not flow inta place when transported in metal chutes at an angle of 34 degrees with the harizontal fJ Surfac.e of the finished conerete shall be free from a surface film ar lai#ance Whe� �ield conditions are such thai additional moisture is needed far the fmal concrete surfac� finishing operation, the required water shall be appIiad to the surfaee by l�and sprayer only and be held to a zxzinimum amount. The cor�crete shall be workab�e, cohesi�e, pos�ess satis�actory fmishing qualities and be of the stiffest consistency that can be placed and vibrated into a hamogeneous znass. Excessive bleeding shall be avoided. If the strength or con�istency required for the class of concrete being produced is not secured with the mini�zium cement specifi�d or withaut exceedir�g th� rna�irnum water/cement ratio, the Cantractor may use, or the City may require, an approved cement dzspersing agent {vwater raducer); or t�e Contraetor shall furnish additianal aggre.gates, or aggregates wifi,h different characteristics, or the Contractdr may use addi�ional cement in order to produce the required results. T'he additional ce�aent may be permitted as a temporary measure, until aggrega�es are changed and designs ehecked with the di�arent a�gregates or cement dispersin�g a�ent. EITY OF FOAT WDRTH Fort Worth Nature Center 8c Refuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIPICATION DOCi7lvIENTS Cify Prajact I�a. 102320 Revised March ] I, 2022 321313-8 CONCRETE PAVING Page 8 of23 �J 1 � 1 2 3 4 S 6 7 8 9 IO 11 L� 7) The Contractor is solely responsible for tihe quality of the concrete produced. 8� The City reserves the right to independently verify the quali .ty of the concrete through inspection of the batch plaut, testing of the various naaterials used in t]�e concrete and by casting and test�ng conerate cylinders or beams on the concreie actually incorporated in i�he pavement. Standard Class 1) Unle�s otherwise shown on the Drawings or detailed specifications, the standard class for concr�fe paving for streats amd alleys is shorvn in the following table; C1T`Y OF FpItT WQR7'FI Fnrt Wortl� Nature Center & Refuga Boardwalk Phase II STATTDAILD CO3�1STRLTCTION SPECIFICA'rION TIOCUivIENTB City Pra;{ect No. 102320 Revised Mareh 11, 2022 321313-9 CONCR�TE PAVING P�ge 9 af23 Standaxd Classes of Pa�ement Concrete Class of Minimum 2$ Day Mm. Max. Course General Usage ConcreteI Cementitiaus, Comipressive, wlcm Aggreg (Informational0nly) (Lb./CY) Streng�h2 Ratio ate {�'si} Maxirn um Size inch A 470 3000 0.58 1-1L2 Sidewalks and ADA ramps, driweways, c�rb & gutCer, median avetnent CIP 470 3000 0.50 1-1/2 Inlets, manl�oles, j unetion bo�es, encasement, blocking, collars, light pole foundatians C 517 3600 0.45 1-1/2 Headwalls, wingwalls, culverts, drilled shafts P S17 3600 4.45 1-1/2 Machine laced Favin H Sb4 4540 4.45 1-112 Hand Placed Pavin HES 5��} 4500 0.45 1-1/Z HES Pavin S 564 4000 0.45 1-1/2 BridgesIabs, top slabs of direct traffc cuiverts, a roaeh slabs 2 � 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 ao 2i 22 23 24 l. All �xposed rior�2ontal concrete shall qa1+e enti'ain�d-aal'. 2. Minimum Compressive Strength Required. a} Concrete Sidewalks and Curb & Gutter: Class A b) Cast-In-Plac� Concreie Structur�s: Ciass CIP and Class C c) Machine-Laid concxete: Class P d) Hand-Laid concrete: Class H e} Struatural Concrete: Class S fl High Early S�rength Concrete (HES) (1} VVhen shown on the Dravvings or allor�ved, provide Class HES concrete for very early opening af pave�nents a.rea or leaveoufs to traf�c. (2) Design class HES ta meet #he xequireinent� of class specified for noncrete pa�ement and a minimum compressive strength of 2,60Q psi in 24 hours, unless other early strength and iime requirements are shown on the Drawings al�owed. c. Slurnp 1) Slump requ�a•erne:nts for pavem�nt and related concrete shall he as specified in the following table: Concr�te Favement ar�d Related Concrete Slurnp Requirennents Add classes of concrete Conerete Use Reco�nmended 11+Ia�nnum G1T'Y OF FORT WORTH Fort Worth Nature Center & Refuge Baardwalk Phase II STANI}ARD COI�IS'1RUCTION SPECIFICATION DOCUMENTS City I'roject No. i02320 Revised 1VIarch 1 I, 2p22 3z i3 i3 - ia COAIC1t�TE PAVING Page 10 of 23 and Placement Placetnent Slurr�p, Sluinp, ch Inch Sli -FormlForm-Rzdin Pa�in 1-1/2 1— 3 Hand Formed Pavin 4 3— 5 Headwalls, wingwalls, euIverts, inlets, 4 3— S manholes, junctian boxes, encasement, blocking, collars, light pole foundations, slab, sidewalk, curb and gutter, concrete valley gutter and other miscellaneous concrete Drilled shafts 6-112 5-1/2 — 7-112 1 2 3 4 5 6 7 2) No concrete shall be permitted with slump in excess of the maximums shown. 3) Any concr�te m� failing to meet the above consistency requirements., although maeting the slump requirements, shall be considered unsatisfactary, and the mia� shall be changed to correct such unsatisfactory conditions. 8 PART 3 - EXECUTION 9 3.1 INSTALLERS jNOT IISED] 10 3.� EXANIINATIDN jNUT USED] 11 3.3 PREPARATION [NOT iTSE.D] 12 3.4 INSTALLATION 13 14 15 1s 17 18 19 20 21 22 23 24 25 zc 27 28 A. Equipment ]. All equipment nacessary far the canstruction o�this item shall be on the project. 2. Tha equipme�t shall include spreading devices (augers), inter�al vibration, tamping, and suriace flaating necessary to fimish the freshiy plac�d concrete in such a manner as to provide a dense and honaogeneous paveinent. 3. Machine-Laid Concrete Pavement a. Fixed-�orm Paver. Fixed-form paving equipment shall be pxavided with forrns that are uniformly supparted on a very firrn subbase to prevant sagging under the weight of machine. b. Slip-Form Paver 1} Slip-form paving equipment shall be provided with traveling side forms of sufficient dirnensions, shape arsd strength so as to s�pport the cancrete Iaterally for a suff'icient lsngth of time during placement. 2) City may reject use of Slip-Form Paver if pa�er requires over-digging and impacts trees, mail�axes or other improvexnents. 4. Hand-Laid Concrete Pavennent CITY OF FORT WORTH ForY Wordi Nature Cenier & Refuge Boardwallc Phase II STANDARD CdNSTAUCTION SPECIFICATIaN DOC[JMENTS Cityi'rojectNa. 3D2320 Revised March 11, 2022 3zi3 i3-ti CONCRETE PAVING Page j 1 of23 1 a. Machines that do not incoxporate t�ese featur�s, such as roller screeds or 2 vibrating screeds, shall be considered tools to be used in hand-lafd concrete 3 canstruction, as slumps, spreading meth.ods, vibration, and other pracedures aze 4 more common ta hand methods than io machine methods. 5 5. City may reject equipment and stop operation if equipzttent does not ineet 6 requirennents. 7 B. Concrete Mixing and Delivery S 1. Transit Batching shalI not be used — o.nsite mixing �iot perrnaitted 10 11 12 13 14 15 16 17 18 19 2� ar 22 23 24 2S 26 2. Ready Mixed Coner�t� a. The conerete shall be produced in azi approved method confarming to the requirernents of this specification and ASTM C941C94M. City shaIl ha�+e access ready mix to get samples o�materials. b. City shall have access to ready inix plant to obtain material sannpl�s. c. When ready-mix concrete is used, sample concrete per ASTM C172 Alternate Pracedure 2: 1) As the mixer is being emptied, individual sainples �hall be takerz a�ter the discharge of approximately 10 percent and 90 p�rcant of the load. 2} The method of sampling shall provide that the �atnples are representativ� of widely separa�ed portions, but not from the very ends of the batch. d. The mixing oi each batch, after all materials are in the drum, slaall continu� until it produces a thoroughl� rnixec� canerete of uniform mass as determined by establislied mixer perFormance ratings and inspaction, or appropriate uniformity tests as described in ASTM C94. e. The en#i�e contents of the dz�um sha�1 be discharged befor� any materials are plaoed therein for the succeeding batch. £, Retempering oz• remixing shaIl no� be permitted. 27 3. Deliuery 28 a. Deliver concrrete at an interval not exceeding 3 0 minutes or as deterrr�ined by 29 City to preveiit cold joint, 30 31 32 33 34 3S 36 37 3$ 39 40 41 42 43 44 45 46 47 4. Deli�ery Tickets a. For aIl aperations, the manufaciurer of the eoncrete shall, befare unloading, furnish ta the purchaser with each batch of concrete at fh� site a delivery ticket an which is printed, stamped, or written, the following informai�on to determine that the concrete was propartioned in accordance �ith the approved miX design: 1} Name of cancrete supplier 2} Serial number ofticket 3} Dat� 4} Tiuck number 5} Name of purchasex 6} Specific designation of job {name and location) 7) Specifio class, design identifzcatzon and designation n�the concrete in conforma.nce with that employed in job specificatians $} Arnount of concrete in cubic yards 9} Time loaded or of first mi�ng of cement and aggregates 10) Water added by rec�iver of concrete 11) Type and amount of admixtures C. Subgrade CITY OF FORT WQRTH Fort Worth Nature Center & Refuge Boardwalk Pl�ase II STANDARD CpNSTRUCTION SPEC]FICAT101V DOCUII�NTS City Praject I�ia. 102320 Revised March 11, 2022 32 13 13 - I2 CONCIiETE PAVINC`s Page 12 of23 1 1. When manipulation or treatment of subgrade is required on the Drawings, the work 2 shall be performer] in proper sequence with the preparat�on of the subgrade for 3 pavemant. 4 2. The roadbed shall be excavated and shaped in conformity with the typical sections 5 and fo the lines and grades shawn on the Drawings or established by the City. 6 3. All holes, ruts and depressions shall be filled and compacted with suitable material 7 and, if required, the subgrade shall be tharoughly wetted and reshaped. 8 4. Irregularities of rnore than 112 inch., as shown by strazghtedge or template, shall be 9 corrected. 1 p 5. The subgrac$e shall ba uniformly compacfed to at least 95 peecent of the ma�imum 11 density as determined by ASTM D698. 12 13 14 15 i6 17 18 19 20 2I 22 23 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepar�d sub�rade shall be wett�d down sufficiently in advanc� of placing the pavement ta ensure its being in a fit�rn and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. . 9. The Cont�actor shall nofify the City at least 24 hours in advance of its int�ntion to place concrete pavement. 10. Af�er the sp�cified moisture and density are ackieved, the Cantractor sha11 maintain the subgrade moisture and density in accordance with this Se�ctiqn. 11. Tn the event that rain ar other conditions may have adversely affec#ed the condition of ihe suhgrade or base, additional tests may be required as directed by the City. D. Placing and Remaving Forms 24 1. Plaoing Forms 25 a. Forms for macl�ine-laid cancrete 26 1) The side forms shall be metal, of approved cross section and hracing, of a 27 height no lass than the pre.�crzbed edge thickness of the concret� seGtion, 28 and a minimum of 10 feet in length for each indi�+idual form. 29 2) Forms shall be of ample strength and staked with adey�ate number of pins 30 capable of resisting the pressure of coz�crete placed against themi and the 31 thrust and the vibration of the constructio.n equipment operating upon them 32 vvithout appreciable springing, settling or deflection. 33 3} The farms si�all be free from warps, bends or kinks and shall show no 34 variatinn fram �he ttue plane %r iace or top. 35 4) Forms shall be jointed neatly and tightly and set with exactness to the 35 established grade and alignment. 37 Sj Forms shall l�e s$t to line aud grade at least 200 feet, where practicable, in 38 advance af the pauing operations. 39 6) In no case shall the base width be less tlaan 8 inches for a for�nn 8 i�claes or 40 rr�ore in height. 41 7) Forms must be in firm oontact with tha subgrade thxoughout their length 42 aiid base width. 43 S} If the subgrade bacom�s uns�able, farms shall be reset, using heavy stakes 44 or other additional supports may be necessary to provide the requi�ed 45 stability. 46 b. Forrns fvr hand-laid c�ncrete CITY �F FpRT WbATH Fort Worth Nature Canter & Refuge Boardwalk Phase 11 STfiNDARD CONSTRUCTIQN SPECIFICATION DdCUMENTS City Project No. ] 02320 Revised March 11, 2022 32 13 13 - I3 CONCRETE PA'VING Page 13 af23 � 1} Forms shail extend the full depfh of concrete and be a minimurn of 1-1/2 � inches in thickness or equivalent when wooden forms are used, or be of a 3 gauge that shall provide equivalent ri�idity and strength when rrietal forms 4 are used. 5 2} �`or curr�es with a radius df less than 250 feet, acceptable t�e�ible metal or 6 wood forms shall b� used. 7 3) All forms showing a deviation of l/S inch in 1a feet fram a straight line 8 sha11 b� rejected. 9 2. Settling. Whan forms settle over 118 inch under finishing operations, paving 10 operations shall be stopped the forms reset to line and grade and the pavement then l 1 brought to the raquued sectian and thielcness. 12 13 14 15 16 17 18 19 20 2I 22 23 3. Cleaning. �orms shall be tharoughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final se�. b. Avoid damage to the edge of the pavement when remaving forms, e. Repair damage resulting from farm removal and haneycombed areas with a mortar mix within 2� hours a$er fonn removal unless otherwise approved. d. Cfean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a trans�erse canstruction joiz�t has been remo�ved unless otharwise approved. e. When foz-tns are rem.oved before 72 laouxs after conez•ete placement, promptly apply meinbrane curing compound to the edg� of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 24 1. General 25 a. When reinforcing steel tie bars, dowels, etc., are requi�ed they shall be pIaced 2b as shawn on the Drawings, 27 b, All reir�forcing steel shall be clean, free from rust in the form of loose or 28 objectianabie scale, and of the type, size and dimensions shown on the 29 Drawings. 30 c. Reinforcing bars shall be seaurely wired together at the alternate intersections 31 and all splices and shall be securely wired at �ach intersection dowel and load- 32 transmissian unit intersec#ed. 33 d. All bars shall be installed in their required position as shown on the Drawings. 34 e. The staring of reinforcing or structural steel on conapleted roadway slabs 35 gan�rally shall be avoided and, wh�re permitted, such storage sh�ll be limiteci 36 to quantities and distribution that �hall not induce e�cessi�e stresses. 37 38 34 40 4I 42 43 44 45 46 �7 48 2. SpIices a. Provide standard reinforcement splices by Iapping and tying ends. h. Carnply with AGI 31$ �or �ininnunn lap of spliced bars where n.ot specified on the Drawings. 3. Installation of Reinforcing Steel a. Al] reinfor�ing bars anc� b.ar mats shall be insta.11ed in the slab at the required depth below �he finisved sur�ace and supported by and securely attached to bar chaixs installed on pres.crxbed longiiudinal and transverse centexs as shown by s�ctianal and detailed drav,rin.gs on the Drawings. b. Chairs Assembly. The chair assennbly shall be similaar and equal to that shown on the Drawings and shall be approved by the City prior to extensive fabricatian. CITY OF FQRT WORTH Tort Worth Nature Center & Refuge Boardwalk Phase Tl STANDARD CQNSTRUCTION SPECIFICATIDN DOCiJMENTS City Project No. 10232Q Revised March. l l, 2022 32 13 l3 - lA CONCRETE PAVING Page 14 of23 1 c. After the reinforcing steel is securely installed abo�e the subgrade as specified Z in Drawings and as herein pre,�cribed, no loading shall be iur�posed upon the 3 bar mats or individual bars befare or during the placing or finishing of the 4 co�crete. 5 4. Installation of Dowel Bars 6 a. Install through the pred:rilled joint filler and rigidly suppart in true horizontal 7 and vertical positions by an assembly of bar chairs and dowal baskets. 8 b. Dowel Baskets 9 1) The dowels shall be held in position e�ctly parallel to surface and 10 centerline of tl�e slab, by a dowel basket that is le$ in the pavement. 11 2) The dowel basket shall hold each dowel in exactly the correct position so 12 firmly that the dowel's positifln cannot be altered by concreting operations. 13 e. Dowel Caps 14 1) Install cap to allaw fih� ba�r to move not less than �-1/4 anch in either 15 direction. 16 S. Tie Bar and Dowel Placement l7 a. Place at inid-depth of the pavement slab, parallel to the surface. 18 b. P1ace as s�own on tha Drawrngs. 19 Za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 4I 42 43 44 45 46 47 48 6. Epoxy for Tie and Dowel Bar Installation I) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage tha surrounding aperations. 3) Blow out drilled holes with comp:ressed air. �) Completely fiLl the drilled hoie with approved epoxy before insErting �e tie bar into the hole. 5) Install epoxy graut and bar at least 6 inches embedded into concrete. �'. Joints l. Joints shall be placed where shown on the Drarrrings or where directed by the City. 2. The plane of all joints shall make a rig�t angle with the surface ofthe pa�vement. 3. No joints shall have an error in alignmez�t af�nore thaaa 112 inch at any paint. 4�. ,Tpint DimensipnS a. The wid#h of the�oint shall be shown on the Drawings, creating the joint sealani reservoir. b. The depth oft��e joint shall be shown on the Drawings. c. Dimensions ofthe sealant reservoir shall be in accnrdance vcrith manufacturer's recommendations. d. A$er curing, the jaint sealani shall be 1/8 ineh to 114 inch below the pavement surfiee at tha centar of the joint. 5. Transverse Expaa�sion Joints a. Exp.ansion joints shall be installed perpendicularly io the svrface anc� to the centerline of the pavement at the �ocatians shown an the Drawings, or as appro��d by th� City. Expansion joints shall continue to the farthest ouiside edge of pa�ing and adjacent slabs, and should extend through monolithic or attached curbs sothat there is no restriction to the movem�nt af the joint at any point. b. Joints shall be oi fihe 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 an the Drawings, or as approved by the City, ar�d shal� be installed at the specified spacing. CITY CiP PqAT WdRTI-1 Fort Wnrfih Naiure Cenler & Refuge Boardwalk Phase II STAN!]AI2D CONSTRUCTION SPECIFICATIONDOCUMENTS Cify Pro}�ctNo. IU2320 Revised Mareh I 1, 2U22 32 l3 73 - 15 CONCRETE P:AVING Fage 15 of 23 1 d, 5upport do�el bars with dorvel baskets. 2 e. Do�rels shall resirict the free apening and closing o#'the ex.pansian join and 3 shall nat �nake planes of weaknesses in the pavement. 4 f. Greased Dowels f�r Expansion Joints. 5 I) Caat doweis with a thin film of grease or other approved de-bonding 6 znate:rial. 7 2) Provide dowel caps an the lubricated end o:f each dowel bar. 8 g, Prc�ximity ta Existing Structur�s. When the pauement is adjacent to or a.round 9 existing structures, expansions joints shall be con,structed in accordance with 10 ihe details shown on the Drawings. 11 6, 'I'ransverse Contraction Joints 12 a. Contraction or dummy� joints shall be installed at tlae ]acatzons and ai the 13 intervals shown on the Drarvings. I4 b. Joints shall be of the design width,, and spacing shown on: tha Drawings, nr as 15 16 17 1S I9 20 21 22 23 24 25 26 27 28 29 3Q 31 32 c., d, e. f. �• b. approved by the City. Dorvel bars, sllall be af the siz0 and type shnwn an the Drawi�gs, or as approved hy the City, and shall be ins#alled at the specified spacing. Saw joints in a sir�gle cut to the widih and depth the plans show. Begin sawing as soon as the conerete hardens sufficiently to prevent excessive raveling along the saw cut a�d finzsh befQre canditions induce unconttolled cracking. The jaints sha11 be constructed by sawing to a 114 inch width and to a depth of L/3 inch (114 inch permi�ed if Iimestona aggregate used} ofthe actual pavement tl�ickness, or daeper if so indicated on tlaa Drawzngs. Complet� sawing as soon as possible in hot weather conditions and within a maximum of 241aours after saw cuttiug begins under cool weather conditions. If sharp edge joints are being obtained, the sawing praeess shaIl be sped up to the paint where same raveling is observed. Damage by blade action to the slab surface a.nd to the canczete inam.ediately adjacent to the joint shall be minimized. Any portion of the curing membrane which has been disturbed by sawing operations shall b� restored by spraying the areas with addifional curing compound. 33 7. Transverse Construction Joints 34 a. Construction joints formed at the close of each day's work or when the placing 35 aiconcrete has �een stopped for 3fl-minutes or longer shall be construcfec� hy 36 use of inetal or wooden bulkheads cut true to the sectian of the finished 37 pavement and cleaned. 38 b. Wooden bulkheads shall be constructed using material of a thickness not less 39 than nominal2" luzzzber. 40 c. Longitudinal bars shall be held securely ir� place in a plane perpe ndicular io th� 41 surface and at right angles to the eenterline of the pavemeni. 42 d. Edges shall be rounded ta ll4 inch radius. 43 e. Any surplus eoncrete on the subgrade shall be removed upon the resumption af 4� the wor�C. 45 8. LongitudinaI Construction .Ioints 46 a. Langitudinal co.nstruction joints sh�ll be of the type shown an the Drawings. 47 9. 7oint Filler 48 a. 3oint filler shall be as specified in 2.2.I af the size and shape shown on the 49 Drawings, C1TY OP FORT WORTH Port Worth Nature Cencer 8e Refuge Boardwalk Phase II STANJ?ARD CONSTRUC'I'lON SPECIFICATION BOCUMENTS City Prvject No. 102320 Revised March I l, 2022 32 13 13 -15 COIrfCRETE PAVINCr Page 16 of 23 l 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 �0 2I b. Redwaod Board joints shall be used for all pavement jaints except for expansion joints that are coincident vaith a butt joint against existing pavements. c. Boards with less than 25-percent a�moisture at the time of installation shall be �horoughIy wetied on the job. d. Green lumber of much higher moisture content is desirable and a.cceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge offhe filler shall extend to or slightly below the bot�om of the slab, The top edga shall be held approximately 1/2 inch below the finished surface af the paveinent in order to allow the �nishing operations to be continuous. g. The joint �ller nnay be compased of more than one leng�h of baard 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 af the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 10. Joi�t Sealing. Routine pavement j�ints shaii be filled cansistent wiYh paving details and as spf:cified in Section 32 13 73. Materials slaall generally he ha�dled and applied according to the manufacturer's recommendations as specified in 5eetion 32 13 73. 22 G. Plaeing Concrete 23 1_ Unless ofherwise specified in tlae Drawi�ags, the �nisl�ed paveniaent sha]] be 24 constructed monolithically and aonstructed by machined laid method unless 2S innpractical. 26 27 28 29 30 3I � � The concrete shall be rapiclly deposited an the subgrade in successive batches and shall be distributed to the required depth and far the entire width of the pavement by approved methods. Any evncrete not placed as herein prescrii�ed within the time limits in tha following table will be rejected. Time begins when the water is added to the m�er, 32 33 34 Tem erature — Time Re uiremen#s Concrete Temperature Ma� Time — minutes Max Titne — minutes at oint of lacement no reiardin a ent with retardin a ent 1 Non-A itated Concrete All tem eratures 45 45 A itated Concrete Above 90°F 45 75 Abave 75°F thru 90°F 60 90 75°F and Below 60 I20 1 No�rnal dasage of retarder. 4. Rakes shall not be us�ci in handling cancreie. C1TY pP FQRT WORT�I ForF Wo�h Na#ure Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIFICATjdN DOCUMENTS City Projeet No. 1 p2320 Revised March 1 l, 2022 32 13 13 - I7 CQIVCKETE PAVING Page I7 of 23 1 5. At the end of the day, or irn case af unavoidable interru�ption ar delay of more than 2 30 minutes or longer to prevent cold joints, a transverse constructian�aint sba3l be 3 plaeed in accordance wifih 3.4.F.7 of this Seetio.n. 4 6. Honeycambing 5 a. Special care shall be talcen in placing and vibrating the concrete against �:e b forms and at all joints and assemblies so as to preuen# honeycombing. Concreta 7 shall be uniforinIy oonsolidated throughout its width and depth, free from 8 honey combed areas, and has a consistent void-free elosed surface. 9 h. Excessive vaids and laoneyco�nbing in th� edg� of the pavem�nt, revealed by 10 th� removal of the side %rms, may be cause for �•ejection of the section of slab 11 in which the defect occurs. 12 13 14 15 lb 17 18 19 2a 21 22 23 2� 25 26 27 28 29 3a 3I 32 33 34 35 36 37 38 37 40 41 42 43 44 45 46 H. Finishing 1. Machine a. b. Tolerance Limits 1) While the concreta is �till workable, it shall be tested for irregularities wi#h a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch aIl high spnts. 2) Ordinates measured from the iace oi the straightedge to the surface of the pavernent shall at no place e�ceed T/16 inch-per-foot from the y��arest point of coniact. 3) Iri no cas� shall the ma�m�zm ordinate to a 10 foot straightedge be greater than 1/$ inch. 4) Any surface not within the tolerance limits shall be reworked and refinished. Edging I) Tl�e edges of slabs and all joints requiring edging shal] be carefulIy tooled with an edger af fihe radius required by the Drawings at the time the conerete begins to take its "set" and becomas non-workable. 2) All such work shall be Ieft smooth and true ta lines. 2. Hazad a. Hand imishing permitted only in interseations and areas inaccessible to a finishing machine. b. When the hand method of strikin� ofiand consolidating is permitted, the cancrete, as saon as placed, shall be approximately le�eled and then struck aff with screed bar ta such el�vatinn ahaue �rade that, when consolidated and fmished, the surface of the pavement shall be at the grade e7evafion shown an the D:ra�vings. c. The straightedge and jaint finishing shall be as prescribed herein. I. Curing 1. The curing of concrete pavement shall he thorough and aontinuous throughout tne entire curing period. 2. Failure to provide proper curing as herein prescribed shaIl be considered as suificient cause for immediate suspension of the paving operations. 3. The curing method as lier�in specified does not preclude the use af any of the other commonly used methods of curing, and the City may agprove another inethod af curing if so requested by the Contractor. CIT'Y OF FORT WQRTH Fart Worth Nature Genter & Refuge Boardwal[c phase II STANAARD CONSTRU�TION SPSCIFICATION DOCUMENTS City Praject No. 1Q232p Revised March 11, 2022 32 13 13 - 18 CONCRETE PAVING Page 18 of 23 1 4. 2 3 5. 4 5 5. 6 7 8 9 10 11 12 13 14 15 16 I7 I8 19 20 7. 8. 9. 10 11 21 22 23 24 25 26 27 28 If an.y selected method of curing does not aiford tha desired resulfs, tlae City shall have the right to ordes that another method of curing be ins�itated. After reer�oval of the side forms, the sides af ti�e slab shall receive a like coating bafore ea�h is hanked against them. The salution shall be applied, under pressure with a spray nozzle, in such a inanner as to cover the entire surfaces thoroughly and completely with a uniform film. The rat� oi ap}�lication shall be such as to ensure complete covera�e and shall not exceed 20Tsquare-yards-per-gallon af curing compound. When thorouglily dry, it shal] provi.de a continuaus and flexible membrane, free from cracks or pinholes, and shall nat disintegrate, clieck, peel ar crack during the curing period. If for any reason the seal is broke� during the curing pariod, it shall be immediately rapaired with additional sealing solution. When tested iri accordance with ASTM C156 Standard Tesk Method for Water Loss (from a mortar specim.en) through Liquid Membrane-Forming Cnring Compounds far Cancrete, the curing cornpound shall provide a film which shall have retained within the test speciznen a pereentage of the moisture present in the specimen when the curing compound was applied according to the following Contractor shall maintain and propc:rly repair damage to curing materials on exposed surfaces of concrete pavement continuously far a least 72 hours. J. Monalithic Curbs 2. 3. 4. Concrete for monolithic curb shaIl be the same as for the pavement and, if carried back froin the paving mixer, shall be placed within 20-minutes after being m�ed. Ai�er fihe concrete has been struek ofF and sufficiently set, the exposed surfaces shall be thoroughly worked to achieve an acceptable surFace finish. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the Drawings. All exposed surfaces of curb shall be brushed to a smaotla and unifoz-�a sur�ace. 29 K. Pavement Leaveouts 30 1. Pavement leaveouts as necessary to maintain and provide �or local traff'ic shall he 31 provided at locafiion indicated on the Bravvings or as dii�cted by the City. 32 2. The extent and location af eaoh leaveout required and a suitabl� crossover 33 connectian to prvvide far traffic movements shall be detez�mined in ihe �ield by the 34 City. 3S 3.5 REPAIR 36 A. Repair of concrete pavement concrete shall be cdnsistent with the Dravwings and as 37 specified in Section 32 01 29. 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 SITE QUALITY �ONTROL 40 41 42 43 A. Conerete Placement 1. Place concrete using a fully automated paving machine. Hand paving only permitted in �reas such as intersections where use of paving miachine is not praetical CITY OF FaRT WORTH Port Worth Nature Center & Refuge Boardwalk Phase 11 STANDARD CaNSTRUCTS�N SPECiFSCATION I?dClIMENT$ City Project No, 10232� Kevised March I 1, 2022 32 I3 13 - 19 CONCRETE PAVI[�iG Page 19 of23 1 a. A11 concrete pavemenfi not placed by hand shall he placed using a fully 2 automated pa�ing tnaehine as approved by the City, 3 b. Screeds are considered hand placernent pa�ing nnethod. 4 B. Testing of Materials 5 I. Sarnples of all materials for testing shall be pro�ided by tlle contractor at no 6 expensa ta the City, unless otherwise speci�ied in the special provisions or in the 7 Drawings. S 2, In the event the initial sampling and testing does nofi comply v�ifih the specifications, 9 all subsequent testing of the material in order to deterraa��e if the material is 10 acceptable shall be at the Contractor's expense at the same rate charged by the 11 commercial iabaraYories. 12 13 1� 15 1. Pavement thickness test shall be performed by a cozxznnerczal iesting laboratory 16 approvcd by the City every 100 feet or fraction thereof in accordar�ce with TxDOT 17 Designation: Tex-423-A, unless oth�rwise sho�n on the plans. Test locations sha1S 1& be at the discr�tian of the Gity. 19 2. In the evant a deficiency in the thickness of pavement is revealed during nflrmal 20 testing operations, core samples shal� be taken at the contracior's expense io verify 21 def ciency of mar� than 0.2 in. from plan thickness and to isalate the deficient area. 22 3. Where the average thicicness o� pavement in the area found to be deiicient in 23 thickness by more than 0.20 inch, bnt not more than q,SQ inch, paynnent s11a11 be 24 made ati an adjusted pric� as speciiied in the following table. C. Pavernent Thickness Test 3, Al1 testing shall be in accordance with applicab(e ASTM Standards and coneret� testing technician mrust be ACI cer�ifi�d or equivalent. Deficiency in Thicicness Proportional Part Determined b Cares Of Contr-act Price Inches Allowed O,pO — Q.2p 100 percent 0.21— �30 80 percent 0.31-- �.40 70 percent �,41— 0.5Q 60 percent 25 2b 27 28 29 30 31 32 33 34 35 3G 4 5. 7. Any area of pavement found def�cient in thickness by more than 0.50 inch but not more tl�an 0.75 inch or 1/10 of #he thickness specified on the Drawir�gs, wI�ichever is greater, sha11 be evaluated by the City. If, in the judgment of the City the area of such deiiciency should not be arerz�oved and replaced, th�r� shall b� na pay�nent for the area retained. If, irt the judgment of the City, the area of such de�ciency wanrants removal, the area shal] ba removed aud replaced, at tlie Conlractor's entire expense, witk conerete of the thicknass shown on the Dravvings. Any area of pavement �ound defieient in thickness by more th�n 0.75 inch or more than 1/10 of the plan thicicness, whiche�er is gr�ater, shall be remo�ed and replaced �ith concrete of the thiakness shown an the Drawings at tha Contractor's sole expense. CITY �F Ffl1ZT WOItT�I Fart Worth I�IaEura Center & Refuge Boardwalk T'hase II STANDARD CONSTRUCTION SPECIFICA'PTON DOCTJNLENTS City ProjectNo. 102320 A��isedMareh 11,2022 32 13 13-29 CONCR�TE PAVING Page 20 of23 1 8. No addition�l pay�nent aver the contract unit price shall be made for any pavement 2 of a thickness exceeding that reyuired by the Drawing;s, 3 D. Pa�ement Streng� Test 4 1. During the progress of the work the City shall provide trained teehnieians to cast 5 test cylinders far conforming to ASTM C31, to maintain a check on the 6 compressive strength� ofthe concrete beit�g placed. 7 2. Test cylinders shall be taken from a representativa portian of concrete being placed 8 for every 15Q-cubic yards of concrete pavement placed, but in no case shall fewer 9 that I set of cylinders be taken per day of placement. After the cylinders have been 10 cast, th�y sha1l remain on the job site and then transported, moist cured, and tested 11 in accardance with AS'I'M C31 and ASTM C39 12 3. In each set, one of the cylinders sha�l be tested at 7 days( 3 days for HES cancrete}, 13 two cyiinders shall be tested at 28 days ( tiu��� cyiindeis for 4" by S" cylinders), and I4 the remaining cylinder shall be retained for testing at 56 days, if niecessaxy. 15 Concrete must attain its desxgn strengfh within 56 days. The �" by 8" cylinders are 16 aceeptal�le only what� the norninal maximurn aggregate size oithe mix is less than 17 1-1/4 inch. 18 19 20 21 22 23 24 25 2b 27 28 2g 30 4. If the 28 day test results indicate deficient strength, fhe Contractor may, at its option and e�cpense, core the paverr�ent in questiion and have �hE cores tested by an approved labora.tory, in accordance with A�TM C42 and ACI 318 protocol. '�e average oi all cores must rneet 100 percent of the minirnurn specified strength, with no indi�idual core resulting in less than 90 percent of design strengkh, in order to override the results of the cylinder tests. S. In tne event cylinders andl or core� do not meet minimum specified strength, additional cores �nay be taJcen to identify the lirnits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders a�dlor coras must meet rninimum specifi�d strength. Pavement not meeting the minim�am specified strength shall be subject to the rnoney pena.lties ar removal and placement at the Contractor's expense as show in the follvwing table, Percent Defieient Percent of Cont�•act Price Allowed Greater Than 0 ercent - Not More Thazi 10 eroent 90- rcenf Greater T'han 1 Q ercent - Not 1t�Iore Than 15 ercent 80- rcent Greate�� Than i 5 percent a-percent or rezno�ed arid replaced at th� entire cost and ex ense of Confractor as directed b Cit 31 32 7. Deficiency shall be determined on a panel by panel basis. 33 $. The amount of penalty shall be deduc#ed from payment due to Contractar 34 9. No additional payment over the contract unit price shall be made for any paveta�ent 35 with a str�ngth exceeding that required by the Drawings andlor specifications, 36 E. Cracked Concr�te Acceptance Poiicy 37 1. If cracks e�ist in concrete pavement upon coznpietzon of the project, the Projeci 38 Inspector shall make a determination as to the need for action ta addxess the 39 cracking as to its cause and recommended remedial work. CITY OF FORT WpRTH Fort Worth Nature Center & Refuge Boardwalk Phase iI 5TANDARD CONSTRUCT[ON Si'ECI�'TCATION bOCUMENTS Ciiy Project Mo. ]0232U Revised March 11,2022 32 13 13 - 21 CONCRETE PAVIA]G Page 21 of 23 1 2. Iit�e recommended remedial wark is routing and sealing of the eracks to protect 2 the subgrade, the Inspector shalI ma1c� the determination a� to vvh�th�r to raut and 3 seal the cracks at the time af final inspection a�d acceptance or at any time prior to 4 the end oithe proJect maintenanee period. The Contractor shall perforrn the touting 5 and sealing woxk as directed by the Project Inspector, at no cost ta the City, 6 regai�dless of the cause of the cracking. 7 10 11 12 13 ]4 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 3. If rennediai work beyond routing and sealing is datermined to be naccssary, ih� Inspector �and the ConiractQr will attempt to agree on the cause of the cracking, a. If agreement is reached that the craeking is due to defcient maierials or workmanship, the Contractar shall perform the remedial work at no coat to the City. Remedial work in this case shall be iimited to remo�ing and replacing the def cient work with ne�sv material and warkmanship that maets the requiremenis of the cantract. b. �f tlae Inspectar and the Contractor agree that t�a cause of the cracking is not de.ficient materials or workmanship, the City may request the C�ntractor to provide an estimate of fihe cost of the necessary remedial wark and/or additional vvork to address the cause af the cracking, and the Contractor will perform t.hat �vork at the agreed-upon price if fihe City elects to do so. 4. If the Inspector az�d tlae Cantractor cannot agree on the cau�e of the cracking, the City may hire an independent geotechnica� engineer, acceptable to the Contractar, to perform tesiing and analysis to determine the cause of the cracking. The contractor sha.11 pay 50 percent of the cos#s of the independent testing. Contractor shall provide ane hali of the estimated c�sts of fihe independent tes�ing to be held by the City. 5, Tf the independent geatechnical engineer determines that the primary cause of the cracking is the Coniractor's deficient inaterial or workmanship, the remedial wo3•k wi11 be perfarmed at the Contracfor's entire expense and the Contractor will also reimburse tl�e City for the balance of ih� cos� ofthe geo�echnicaI investigation. Remedial wark in tkis case shall ba limited to removing azad replaeing the deficient work r�vitih new material and warlananship that meet the requirements of tha contract. 32 6. Ii the geoteehnical engineer determines that the primary cause of the cracking is not 33 the Contractar's deficient material or worlctnanship, the City will return the held 34 funds to the Cantractor. Tlie Contraetor, an raquest, will p:rovide tk�.e City az� 35 es�imate of Yh� costs of the n�cessar� remedial work andlor additional work and 36 witl perfarm the wark at the agreed-upan price as directed by the Ciiy. 37 3.8 SYSTEM �TARTUP �N�T U�ED] 38 39 ADJUSTING [NOT USED] 39 3.10 CLEANING [NOT iT�ED] 40 A. No concrete wasl�out, rnix slurry, cuts ziaud or solids etc., may enter the sYsom vvater 41 �ystem ineluding curb lines. Equipment washout allowed only in areas shown on 42 dravvings and t�st materials or s�ag must be removed from site prior to final acceptance. CITY qF FORT WpRTH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDATtD CONSTRUC'1'ION SPECTT'TCATIQN nOCC.1MCNTS City PrajactNa. 102320 RevisedMarcEi 11, 2022 32 13 13 - 22 CONCRETEPAVING Page 22 of 23 � 1 2 3 4 S 3.11 CLOSEOUT ACTNiTTES [NOT IISED] 3.12 PROTECTION [NOT USED] 3.13 MAI1V 1 ENANCE [NOT IISED] . 3.14 ATTAC�IIVI�NT� [NOT USED] CITY DF PORT WORTH STANQARD CON5IRUCTION SPECIFICATiON DOCUMENTS Revised Marcli 11, 2022 Fort Worth Nature Center & ltefuge Boazdv¢alk Phase 13 Ciry ProjectNo. 102320 32 13 13 - 23 CnNCRETE PAVING Page 23 of23 El�D OF SECTION Revision Log DATE NAM� SUMMARY OF CIIANGE 12/20/2012 1.2,A---Modified items to be ipeluded in pi7ce bid 05/2112D 14 Doug Radeztaa[cet• 2.2.D — Modified ta clarify acceptable fly ash subs�itution in concrete paving 1. I 1.A — modified ta clarify concrete placement temperatw•e rest��ciions ��[a]� 2.4.A,B,D —tp clarify concrefe guality control pracess and reguire3nenta 03/19/2fl21 AregalDoug 3.7.0 8c D— to rnodify and clarify the pavement sh•ength test and change in pavement Black thickneas measurement metha�ialogy 3.7.E — Modified to clarify craciced concrete acceptance policy 3l11/2022 Zelalem Arega ] 3,A,h, 2.2 — Added ASTM C595, Type IL, cement CITY OF FdRT Vti�ORTH Fort Warth Nature Center & Refnge Boardwalk Phase II STt1NDA[�D CONSTRUCTIDN SP�CIP'ICATION DOCiJMENTS City Project Nn. 10232D Revised March 1 I, 2022 32 13 20 - 1 CONCRE'I'E SID�W ALICS, DRIVEWAY5 AND BARRIER �REH RAMPS Page 1 of 6 � SECTION 3213 20 CQNCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE R.AMPS 3 PART ]� - GENERAi, 4 1.1 SUMMARY 5 A. Section Ineludes: b 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth 5tandarci 5pecification 10 1. None. 11 12 13 ]4 15 16 C. Related Speeification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirernents, Contract Forms, and Conditions of the Cant�act 2. Division 1- Ganeral Require:nnents 3. Sectian Q2 41 13 - Selective Site DemoIition 4. Section 32 13 13 - Cancrete Paving 5. Section 32 13 73 - Conorete Paving 7oint Sealants 17 1.� PRICE AND PAYMENT PROCEDi]RES 18 19 20 21 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Concr�te Sidewalk a. Measurement � 1) Measurement for this Ytem shall be by ihe square foot of coinpleted and accepted Concrete Sidewalk in its fmal 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 pazd for at the unit pxice bid pe�• square foot o� Concrete Sidewalk. c. The price bid shaII include: 1) Excavatzng and preparing the subgrade 2) Furnishing and placing aIl materials 3) Thickened edge under sidewalk limits, iiadjacent ta curb ar retaining �wall 2. Concrete Curb at Back af Sidewalk (6 to 12 inch maa�) a. Measurement 1} Measurement for this Item shall be by the linear foot of cormpleted and accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb height at back of walk in its final position. b. Payment 1) The work pea•formed and materials furnished in accordaiice with ti�is Item and measured as provided under "Measurem�nt" will be paid for at the unit price hid per linear foot of Concrete Curb at the Back of Sidewalk. CITY OF FQ1�T WORTH Fort Warth Nature Center & Refuge Boardwalk Phase lI STAND1IR� CDNSTRLTCTION 5PEC1FICATION DOCiJMENTS Ci.Ey ProjecS I�#o. 102320 Revised December 9, 2U21 � 321320-2 COI�TCRETE SIDEWALKS, FRIVEWAYS AND BARRIER FREE RAMPS Page 2 af 6 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 2.8 24 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 c. The prica bid sha11 znclude: 1} Excauating and preparing the subgra.de 2} Furnishing and placing all materials, including concr�te and rein�orcing st�el 3) E�cavatzon in bacic of"retaining" curb 4) Furnishing, placing, and campacting backfill 3. Ca�crete Driveway a. Measurement 1) Measurement for this Item s�all be by the squars faot of complated and acc.epted Concrete ]]riveway in its final position for various: a} Thicknesses b} Types 2) Dimensions will be taken from the 6ack of the projected curb, including tl-�e area of the curh radii and will extend ta the limits specified in the Drawings. 3) Sidewalk por�ion of drive will be included in driveway measurement. 4) Curb on drive will be includad in the driveway measurement. b. Payment 1) Tha �vork performed and materiais furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foat oi Concrete Driveway, c, The price bid shall include: 1� Excavating and pr�paring the subgrade 2) Furnishing and placing all materials 3) Temporary asphalt transition at width shown on plans {typically 9 inches} when the pavemen� adjacent to the drive�ay will be improved �}. Barrier Free Ramps a. Measurement 1) Measurement far this Item sha11 be per each Barraar Frea Raznp compl�ted and accepted for variaus: a) Types b. Payment 1) T�a� work performed and rnaterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid far at fhe unit p;•ice bid per each `Barrier Free Ramp" instalied. c. The price bid shall include; 1) Excavating and preparing the subgrade 2} Furnishin.g and placing all rnaterials 3} Curb Ramp 4} Landing and detecta�le wamu�g surface as shown on tlie Drawings S} Adjacent flares or side c�rb 6) Concrete gutter r�vidth along ramp opening 7) Doweling into adjacent concrete pavenaent, if applicable 44 1.3 REFERENCES 4S A. Abl�reviations and Acronyms 4b 1. TAS —'Texas Accessibility Standards 47 2. TDLR — Texas Department oiLicensing and Regulaiion 48 B. Reference Standards CITY OF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase TT STt1NDART] CQNS'I'RUCTIpN SP�CII'ICATION IIOCUM�NTS City ProjectNo. 10232D Revised Deceinber 9, 2p21 32 13 26 - 3 CONCRETE SIPEWALKS, DRIV�WAYS AT[D BAR[ZIER FREE ItAMPS Page 3 of6 1 1. Reference standards cited in this Specificatian refer to fl�e current reference 2 standard published at the time of tha latest rer+ision date logged at the end of this 3 Specification, unIess a date is specifically cited. 4 2. American Society for Testin� and Materials {ASTM) 5 a. D54S, Test Meth.ods for Preformed Expansion Jdint Fillers for Concrete 5 Construetion (Non-e�ctruding and Resilient Types) 7 b. D698, Test Methods far Laboratory Compaction Ch�.racteristics of Soil Using 8 Stan�1ard Effort (12,400 ft-lbf/$3) 9 I.4 ADM1NiSTRATIVE REQUIREMENTS [NOT USED] I4 1.5 SUSNIITTALS jNOT USED] ] I 1.6 ACTION SUSNIITTALS/INFORMATIONAL SUBMITTALS 12 A. Mix Design: submit for approval. Section 32 13 13. 13 B. Product Data: submrt product data �d sample for pre-cast dstectable vvarning for 14 barrier free ramp. 15 1.7 CLOSEOUT SUBNIITTALS [N�T USED] 16 1.� MAINTEN.ANCE MATERIAL SUSNIITTAL� [NOT USED] 17 1.9 QiTA.L�TY ASSiTRANCE [NOT USED] i8 1,10 DELIVERY, STORAGE, AND HANllLING [NOT USED] 19 1.11 FIELD CONDIT�ONS 20 A. Weather Conditians: Placement o� concz'ete shall ba as spacified in Section 32 13 13. 21 1.12 WARRANTY [NOT USED] 22 23 24 �.5 26 27 28 29 30 31 PART � - PRQDUCTS 2.1 OWNER-FY1RiVISHED PRODUCT� [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forrns: wood or metal straight, free from warp and of a depth equal to the ihickness of tha finished work. B. Concrete: see Section 32 l3 13. 1. Unless atherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier iree ramps is shown in the following table: Sta.t�dard Classes of Pavement Concret� Class of Minimum 28 Day Min. Ma��imum Course Concrete� Cementitious, Coznpressive Waterl Aggregate Lh./CY Strength� Cementitious Maximutn psi Ratio Size, inch A 470 3�00 0.58 1-112 32 C. Reinforcement: see Section 32 13 13. CI7'Y OF PORT W'OR'FH Fort Worth Nature Center & Refuge Baardwalk Phase II S'I'AN17AR.D CON5TRUCTIaN SPECIPTCATION DOCU3viEriTS CitS+ Praject Na. 102320 Revised December 9, 2021 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BAi2RIER PREE RfiMPS Page 4 of 6 1 2 3 4 S 6 7 8 4 ib 11 l. Sidewalk, driveway and barrier fre.e ramp reinforcing steel shall be #3 deformed bars at 1$ inches on-eenter-both-ways at the center plane of all slabs, unless oYl�e:rwis� shown on the Drawin.gs or detailed specif cations. D. Joint Filler l. Wood Filler: see Secfion 32 13 13. 2. Pre-Molded Asphalt Baard �il�er a. Use only in areas vvhere not practical for vvood boards. b. Pre-malded asphalt board filler: ASTM D545. c. Install tha required size and uniform thickness and as specified in Drauvings. d. Include 2liners of a.016 asphalt impragnated kraft paper filled with a mastic mixture of asphalt and veget�ble fiber and/or mineral filler, 12 E. Expansion Joint Sealant: s�e Section 32 13 73 �where shovvn on the D:rawings. 13 2.3 ACCE�SORiES [NOT USED] 14 2.4 SOURCE QUALTTY CONTR�L jN�T USED] 15 PART 3 - EXECUTION 16 3.I INSTALLERS [NOT USED] 17 3.� EXAlVIINATION [NOT U�ED] 18 3.3 PREPARATION 19 A. Sur�ace Preparatian 20 1. E�cavation; EXca�ation reyuired for the canstruction of sidewalks, dri�eways and 2I baiTier free ratnps shall be to ihe lines and grades as shown on the Drawings or as 22 established by the City, 23 24 25 26 27 28 29 2. Fine Grading a. The Cantractor shall da aIl necessary filling, leveling and �ine grading required ta bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum de�isity as determined by ASTM D698. b.. Moisture content shall be within minus 2 to plus 4 of optimum, c. Any aver-excavation shall be repaired to the satisfactio� of the Ciiy. B. Dernolition 1 Rerno�val 34 1. �idewalk, Driveway andl or Barrier Free Ramp Rernoval: see Sectian Q2 41 13. 3l 3.4 INSTALLATION �z 33 34 3S 36 37 38 39 40 A. General 1. Concrete sidewalks shaIl have a mit�imum thickness of 4 inehes. 2. Sidewalks constructed in drivevvay approach sectians shall have a minimum thickness equal to tlaat o� driveway approaci� or as called for by Drawings and speciiieations vNithin the limits of tne drivervay approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes %r walks shall be 2 percent max �u accordance witE� curirent TAS/TDLR guidelines. The construction of the driveway approach shall iucluda the variable height radius curb in accordance with the Drawings. CITY OF PORT WORTH Furt Worth Nature Cen#er & Refuge Boardwalk Phase lI STA,i�17ARD CONSTRUCTION SPECIFICATION 1]OCUMEN'FS City ProjectNo. 102320 Revised Aecember 9, 2Q21 321320-5 CONCRETE SID�WAI.KS, DRIVEl�VAYS AND BARRiER FR�� RAMPS Page 5 of 6 1 z 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2U 21 22 23 24 25 26 27 2� 29 30 3l 32 33 34 35 36 37 38 39 �FO : � 4. All pedestrian facilities shall comply with provisions of TAS including locatian, slope, width, sl�a�es, iexture and colaring. Pedestrian faciliries instaIled by the Contractor and not mesting TAS rnust he removed and replaced to meet TAS {no separate pay). Farms: Forms shall be securely stalced to line and grade and maintained in a true pasition during the depasiting af concrete. Reinfarcement: see Section 32 13 13. D. Concz�ete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, drivevvays and barrier free ramps shall be finished to a true, even sUrf�ce. 2. Trowel and then brush transversely to obtain a�moath uniform brush fmish. 3. Provide exposed aggregate finish if specified. 4. Edg� joiuts and sid�s shalI r�vith suitabla taals. F. Joints I. Expansion joints for sidewalks, driveways and barrier free ramps sha11 be formed using redvvood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foat intervals �or 5 faot wide and greater sidewaik. 3. Expansian joints shall also be placed at all intersections, �idewallcs with concrete driveways, curbs, formations, oiher sidewalks and ather adjacent old concrete wark. S.imilar material shall be placed around all abstructions protruding into or through sidevvalks ar driveways. 4. All e�pansian joints shall be 1/2 inch in thickness. 5. Edges of ajl construction and expansion joints and outer edges of ali sidewalks shall be finished to appro�umately a I/2 inch radius with a suitable finishing tool. 6. Sidewallcs shall be marked at intervals equal ta the width of the waIk with a marking taol. 7. When sidewalk is against the curb, expansion joints shall match ihose in the �urb. G. Barrier Free Ramp 1. Fuznish and install brick rec� colox pre-cast detectabte warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Deteetable warning suriace shall be a minimum of 24-ir�ch in depth in the direction of pedestrian travel, and extend ta a minimum of 48-ineh along the curb ramp or landing wnere the pedestrian acces� route enters the street. 3. Locate detecta.ble warning surf'ace so that the edge nearest the curb line is a minimum af 6-inch and m�imum o� 8-inch from the extension of the face of the curb. �. Detectable warning Dome-Tiie surface may he eurved along the co:rner rad.ius. S. Install deteciable warning surface according to manufacturer's instructians. C1TY flF FORT WORTH Fort Worth Nature Center & Kefuge Boardrvalk Phase IT S'I'ANDARD CONSTRUCSION SPECIFICATIOt�f DOCUMENTS City Project No. 102320 Revised Decem6er 9, 2U21 321320-6 CQNCRETE SID�WALKS, DRIV�WAYS AND BARR]�R FRE� RAMPS Paga 6 o.f 6 1 3.5 REpAIR/ItESTORATTON [NOT USED] 2 3.6 R�-INSTALLATION [NOT USED] 3 3.7 F�ELD QUALITY CONTROL [NOT USED] 4 3.8 SY�TEM �TART`UP [NOT USED] S 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.1� PROTECTIQN [NOT U�ED] 9 3.13 MAINTENANCE [NOT USED] 10 314 ATTAC�NTS [NOT USED] 11 END QF SECTION Revision Log DATE NAME SUNIlVIARY OF CHANGE 12/2012a 12 D. 7ohnson 1.2.A.3 — Measurement and Payment for Barrier Free Rainps modified to match updated City Details 4/3012U13 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from .., square foot of Conct�te Sidewakk. to ...each ` Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurament and Payment.sectiQn. Apri129, 2021 M Owcn 1,2 A. 4.c. Revise $arrier �ree Ramp—Payment �ect�on Decemher 9, M Owen 1.2 A. l.c. and 1.2 A. 3. c. Claiified what is includcd in bid items for sidewalk and 2021 driWeway, respectively 12 CI7'Y OT� T'pRT WORTH Fnrt Worth IVature CeRter & Refuge �aardwalk Phase II STANDARD CONSTRUCTION SAECIFICA7'ION DOCUMEN'TS City Prvjec� No. 102320 Revised Dacernber 9, 2021 321373-1 CONCRETE PAVING 30II�T SEALANTS Page i pf 4 1 2 3 PART1- GENERAL 4 1.1 SUNIlI�IA1tY 5 6 7 8 9 10 II 12 5ECTION 3213 73 CONCRETE PAVIIVG dOINT SEALANTS A. Section Includes: 1. Speci�ication far silicone joint sealing for cancrete pavement a.nd curbs, B. Deviatioz�s from th�s City pf Fort Worth Standard 5pecifica#ion 1. None. C. Aelated Specification Sections include, but are not necessarily limited to: 1. Divisian 0- Bidding Requii-ements, Contrac� Forms, and Conditiions ofthe Contract 2. Division 1- General Requiremants 3. Section 32 13 13 - Concrete Paving 1.3 1.2 PRICE AND PAYMENT PR�CEDURES 14 15 16 17 18 19 20 21 A. Measurement and Payment 1. Measurement a. Measuremer�t for this Itern shall he by the linear foot of Joint Seala�t eompleted and accepted anly when spacified in the Drawings to be a pay item. 2. �aym ent a. The work performed and materials fwnished in accordance with this Item are subsidiary to the variaus items bid and na other compezisation will be allowed, unless specifically specified on Drawings. 22 1.3 REFERENCES 23 24 25 26 27 28 29 30 A. Reference �tandards l. Referenca standaxds cited in this Specification refer to the current reference standard published ai the tirne nf the latest revision date logged at the en.d of this Speci�eat�on, unless a date is speci�cally cited. 2. ASTM international (ASTM}: a. D5893, 5tandard Specification far Co1d Applied, Singte Camponent, Chernically Curing Silicone Jaint Sealant for Portland Cement Concrete Pave�►ents 31 1.4 ADMIl�lISTRATIVE REQUIREMENTS [NOT USED] 32 1.� ACTION S[IBNIITTALS [NOT USED] 33 1.6 ACT�ON .SUBNIITTALS/INTORMATiONAL SUBNIITTALS 34 A. TeSt and Evaluation Reports 35 1. Prior to installation, furnis� certificatian by an independent te�ting Iaboratory that 36 the silieone joittt sealant meet� the requirernents o�this Sectian. CITY pF FOKT WQKTH Fort Worth Nature Center & Refuge Boardwalk Fhase II STA3VDARD CDN5TRIICTIOI� SPECIFICAT[ON DDCUMENTS City Project Na. 102320 Re�ised Decem6er 20, 2fl12 1 2 3 4 S 321373-2 CpNCRET� PAVING 7QINT SEALANTS Pagc 2 of 4 2. Submit veriiiable docum.enfation that tiha manufactur�r of fhe silicone jaint sealant has a minirnum 2-year c�emonstrated, documented successfnl field performance vvith conerete pavement siiicone joint sealant systems. 1.'� CL�SEOUT SUBNIITTALS [NOT USEll] LS MAINTENAIYCE MATERIA�L SUSNIITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] S 1.11 FIELD CONDITIONS 9 A. Do noti apply jomt sealant when the air and pavement temperature is Iess than 35 �a degrees F l l B. Concrete surface must be clean, dry and frost free. �2 C. Do not place sealant in an expansion-type joint if surface ternperature is below 35 i3 degrees F ar above 90 d�grees F. 14 l.l.� WARRANTY [NOT USED] 15 PART � - PRODUCTS 16 2.1 QWN�R FURNISHED PRODiTCTS [NOT USED] 17 2.� MAT�RIALS & EQUIPMENT 18 19 2Q 21 22 23 24 25 26 27 28 A. Materials 1. Joint 5ealant: ASTM D5893. 2. Joint Filler, Backer Rod and Br�aker Tape a. The joint fillar sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of suf�cient size to provide a tight seal. 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 o�the joint. c. The backer rod and bre�leer tape shall be compatible with tha silicone joint seaXazat and na bond or reaction shall occar 6etween them. �.3 ACCESSORIES [NOT USED] 2,4 SOURCE QUALTI`Y CONTR�L [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.� EXANIINAT�ON [N�T USED] 32 3.3 PREPARAT�ON [NOT USED] CTtY OF FORT WORTH Fort Wortli Nature Center & Refuge Boardwalk Phase Il STANDARD CON5TRi7CTION SPSCfPICATION DOCiJMENTS Ciry Praject No. 10232� Revised Dacember 20, 2012 321373-3 CQNCRETE PAVINC JbINT SEALANTS Page 3 of4 1 3.4 INSTALLATION 2 3 4 5 6 7 8 A. General The silicone sealant shall be cold applied. 2. Allaw conerete ta aure for a minim�m of 7 days to ensure it has sufficient �tirengtt� prior to sealing joints. 3. Perform joint reser�rair savw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuaus sequence af operations. 4. See Drawings for the �arious joint details with their respective dimensions. 9 B. Equipmant 10 1. Pravide ail necessary equipment and keep equipment in a satisfactory warking 11 condition. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 z� 28 29 34 3I 32 33 34 35 36 37 38 39 40 41 42 2. Equipment shall be inspected by th� City prior to the baginning af the wozk. 3. The miniznum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equip�nent shaI� be adequate in size and power ta eomplete the joint sawi�g to the required dizx�ensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shalI be sUitable for the removal �f all free water and oil from the campressed 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 sk►all apply the sealant uniformly into the joint. e. Sandhiaster. The design shall he for comz�ae:rcial use with azr eompres.sars as specified in this 5ec�ion. f. Backer Rod Rolier and Toaling Iustrument. These devices shall be clean and free of contarnination, They shall be compatible with the joint depth and width requirements. C. Sawin� ]oints: see Section 32 13 13. D. Cleaning �vints 1. Dry savE+ in 1 direction with revarse cutting blade #hen sand blast. 2 3 4 Use compressed a�' to remove the resulting dust fram the joint. Sandblast joints aftar camplete dxying. a. Attach nozzle to a mechanical aiming device so that the sand hlast will be directed at an angle of 45 degrees and at a distance of l to 2 inches from the face of the joint. b. Sandblast both,�oint iaces sandblasted in s�parate, 1 directional passes. e. W}�en sandblasting is complete, blo�v-out using compresseci air. d. The blow tube shall fit into the joints, Check the blown joint for residual dust or other contatninatian. a. If any dust ar contamination is found, repeat sandblasting and blowing until the joint is cleaned. h. Do not us� solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint irnmediately upon cleaning. 44 6. Bond Breaker Rod and Tape: install in the cl�aned joint priox ta the applacation o� �5 the�aint sealant. CITY OF F�R'F W012TH Fort Worth Nainre Center eX. Refuge Boardwelk Phase II STANDARD CONS`f'KUCT`ION SFECIFICAT101+] DOCUMENTS City Project ido. i02320 Revised aecember 20, 2012 32 13 73 - 4 CONCRETE PAVINCr JOINT SEALANTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 ]1 12 13 ]4 15 15 17 3.5 3.10 CLEANING �1VOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTIQN [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT U�ED] 18 3.G RE-INSTALLATION [N�T LTSED] 19 3,'i FIELD QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [1VOT USED] 22 23 24 25 26 27 28 7. Do nat leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joinfi sealant upon placement of the bond breatcer rod and tape, using the mechanical injection toal. 2. Do not sea] jaints unless they are clean and dry. 3. Reinove and discard excess sealant left on the pavement surface. a. Do not exc�ss us� to seal th� joints. 4. The pavement surface shall present a clean final condition as determined hy City. S. Do not allow traffic on the fresh sealant until it becomes tack-free. F. Approval of Joints 1. The Ciiy may z•equest a representative of the sealant manufacturer to be prasent at the job site at the beginning af the final cleaning and sealuig of joints. a. The representative shall demonstrate to the Contractor and the City the acceptabte method for sealant instaIlation. b. The representative shall approve the clean, dry joints before the sealing operatian coza�.rmences. REPAIR/RESTORATION [NOT USED] END OF SECTI�N Revision �,og DATE N�1VIE Si.]NIMARY OF CHANG� 29 CITY OF PQRT WORTH Fort Worth Nature Genter & Refuge Boardwalk Phase II STANDARb CONSTRUCTION SP�CI�ICATIdN DOCUMENTS City ProjectNo. 102320 Revised December 20, 201Z 32 1'123 - 1 FAVEMENI' MARKINGS Fage 1 of l I I 2 3 PA1tT 1 - GENERAL 4 1.1 SiJMMARY SECTION 3� l9 �3 PAVEN�;NT MARKINGS 5 A. Sec�ion Inciudes: 6 1. Pavement Markings 7 a. Thermaplastic, hat-applied, spray (HASj pavement marfciugs 8 b. Thermoplastic, hot-ap�lied, extruded (IIAE) pavement markings 9 c. Prefo�med polyrner tape 10 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers I2 3_ Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City ofFort Worth Stand�rd Specification 15 1. Nane. 16 17 18 � � i.z 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 44 4l C. Related Specification 5ections include, but are not ne.cessarily limited to: 1. Division 0— Bidding Requirements, Contract �orms and Conditions vf the Contracfi 2. Division 1— General Reqnirements PRICE AND PAYMENT PROCEDURE� A. Measurement and Paym�nt 1. 1'avemen� Markings a. Measurement 1) Measuretnent for i-his �te�n shall be per linear foot of material placed. 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 hid per linear foot of "Pvmt Maricing" insfalied for: a) Variaus Widths b) Various Types c} Various Materials d} Varioas Colors c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when raquired 3) Surface preparation �4) C1ean-up 5) Testing (when required) 2. Legends a. Measurement 1} Measurement for this Item shall b� per �ach Legend iristalled. b. payment CITY OF FORT WORTH For� Warth 3�Iaiure Center &c Refuge Boardwalk Phase II STANDARD Cq1VSTRUCTION SPECIFICA'TION BQCIJM�NTS Cily Praject No. 1U2320 Revised Navem6er 22, 2013 321723-2 PA'V�MEI�IT MARTCIt�fG5 Page 2 of 11 1 z 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 21 za 23 �4 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 3 4. 5 6. 1} The work performed a�nd materials fuz�nished in aacardar�ce with this Item shall be paid for at the unit prica bid per eaeh "Legend" installed for: a} Various types b} Various applications a The price bid shall inalude: �} Installation ofPavemenfMarking 2} Glass heads, when required 3} Surface preparatian �} Clean-up S} Testing Raised Markers a. Measurem�nt 1} Measurement for this Item shalI be per each Raised Marker installed. b. Payment 1) The work perfo�-med and rx�ataria[s fux•nished zn accoz�dance with this Itezn shall be paid for at the unit price bid per each "Raised Marker" installed %r: a) Various types c. The price bid shall include: 1) Installatian a�Raised Marke�•s 2) Surface preparation 3) Ciean-up 4) Testing Work Zone Tab Markers a. Measurement 1) Measuremant for ihis Item shall be per each Tai� Marker installed. b. Payment 1) Th.e work performed and materials furnished in accn.rdance with this Item shall be paid far at the unit price hid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers Fire La,ne Mar�Ci:ngs a. Measuremenf 1) Measureznent for this Itam shail be p�r the lin�ar faot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as pravided under "Measurement" s�aall be paid �or at the unit price bid per linear foot of "Fire Lane Marking" instaIled. c. The price bid shail include: 1) Slirface preparation 2) Clean-up 3 } Testing Pavement Marking RemovaI a. Measurement 1) Measure for this Item shall be per linear foot. b. Payznent CITY OF FORT WORTf-I Fort Worth Nature Center & Refuge Baardwalk Phase II STAN1aARI� CONSTRUCTION SPECIP'IGATIOIJ DOCi]M�NTS City ProjectNa. 102320 i�evised idovember 22, 2013 321723-3 PAVEMENT IVIARI�INGS Page 3 of 1 I 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 7 8. 1) The work performed and materials iurnished in accordance witli this Item and measured as provided under "Measurexnent" shall be paid far at the unit price hid per linear foot of "Remove Pvmt Marking" performed for; a) Various widths c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up Raiseci Marker Removal a, Measurement 1) Measurement for this Item shall be per eaah Pavement Marker removed. b. Payment ]}'I`b.e work perfaz�xaed az�d rnaterials fu�-nished i� accordaz�ce with tk�is Item shall be paid for at the unit price bid per each "Remave Raised Marker" performed. c. The price bid shall include: 1) Itemoval of each Mar�Cer 2} Disposal of removed materiais 3) Clean-up Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend removad. b. Payrnent 1) The wark performed and materials furnished. in accoxdance wi#h this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foat of "Remove Legend" performed far: a} Various types b} Var'to�s applications c. The price bid sha11 inelude: 1) Removal af Pavement Markings 2) Cl�;an-up 31 1.3 REFERENCES 32 A. Reference Standaxds 33 34 35 36 37 38 39 40 41 42 43 44 45 �46 47 l. Reference standards cited in this Specification refer to the current refarence standard published at the time of the latest re�ision date logged at th� end of this Specificaiion, unless a date is specifically cified. 2. Texas Mannal on Uniform Traffic Control Da�vices (M[JTCD). 2011 Edition a, Part 3, Markings 3. A.mericara Association of State Hi�hway and Trans artatian Officials (AASHTO� a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-04 �4. k'ec�ara] Hi 1� awav Administration {FHWA� a. 23 CFR Part 655, FHWA Docket No. FHWA-20Q9-4139 5. Texas Deparkment of Transportation (TxDOT� a. DMS-4200, Pavement Marl�ers (Reflectorized) b. DMS-4300, Traffic Buttons c. DMS-8220, Hot Applied Th�rmaplastic d, DMS-8240, Permanent Prefabricated Pavemsnt Markings e. DMS-824I, Removable Prefabricated Pavement Markings CI'iY dF FORT WORTH Fort Worth 3dature Center �Br, Reiuge Boardwalk Phase II STAN�AIiD CONSTR[]CTIOid SPECICICATION DOCUMENTS Ciry Project Na. L0232D ftevised Nove�nher 22, 2013 3z ��z3-a PAVEIvfENT MARICINGS Page 4 of 11 1 £ DMS-8242, Temporary Flexibie-Reflective Road Marker Tabs 2 1.4 ADiViif�TISTRATTVE REQiJIREMENTS [NOT USED] 3 i.� SUENIITTALS �l A. S�abmittals shall be in accordance v�ith Section O1 33 00. 5 B. All submittals shall be approved by the City prior ta deli�ery and/or fabx•ication far 6 specials. 7 1.6 ACTION SUBNIITTALS/INFORMATTONAL SUSMITTALS [NOT USED] S l.i CLOSEOUT SUSNIITTALS [NOT USED] 9 1.8 MA.INTENANCE MATERIAL SUBNIITTALS [NOT USED] 10 1..9 QUALITY ASST7RANCE [NOT USED] 11 �.10 DELIVERY, STORAGE, AND HANI)LING ]2 A. Storage and Handling Requirements 13 1. Tne Contractor shall secure and rnaintain a location to store the material in 14 accordance with Secti�n O1 50 00. 15 1.11 FI�LD [SITE] CONDITIONS [NOT iTSED] 16 1.12 WARRANTY [NOT USED] 17 PART � - PRODUCTS 18 2.1 OWNER-SUPPL�ED PRODUCTS 19 A. Ne�v Products 2� 1. Refer to Dravvings tc� det�rmine if there are owner-supplied products for the Project. 21 �.� MATERiA�,S 22 A. Ma�[�ufacturers 23 1. Only the manufacturers as listed in tha City's Standard Products Lisi will be 24 considered as shown in Seetion OI 5U 00. 25 a. Tha manufaeturar must comply with this Specification and reIated Sections. 26 2. Any product that is not lasted an the Staz�dard Products List is considered a 27 substitution and shall be submitted in accorda.nce with �eetion 0125 00. 28 B. Materials 29 1. Pa�ement Markings 30 a. Thermoplastic, hot applied, spray 3l ]) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines, 33 2) Produ�t shall be especialIy compounded for traffic markings. 3� 3) When placed on tlae roadway, the znarkings sha11 not be slippery when wet, 35 lift frorn paysment under normal weather canditions nor e�ibit a ta�ky 36 exposed surface. CITY OF FORT WO1tTH Fnrt Worth Nahue Center & ltefeige Boardwa[k Phase IT STAN1�ARb CpNSTRUCTION SPECIFTCATIONDOCUMENTS City FrojectNn. 103320 Revised November 22, 2013 32 17 23 - 5 PAVEMEI�}T IVIAI2KINGS Fege S af I 1 1 4} Cold ductility of the material shajl permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings sha1I retain their original color, dim�nsions and placement 4 under narmal traffic condition� at road suxface temperatures of 158 degrees 5 Fahrenh�it and below. 6 6) Markings shall have uniform cross-section, clean edges, square cnds and no 7 evidenee of tracking. 8 7) 'The density and quality of the material shaIl be unifornn throughout the 9 markings. 10 8) The thiekness shall be uni�orm throughout #he l.ength and width oifihe i 1 markings. 12 9) The markings shall he 95 percent free oi holes ancl voids, ar�d free of 13 blistars For a minimum of 60 days aft�r appIication. 1�4 10) The materia.l shall not deteriorate by contact with sodium chloride, ca.lciurn I S chloride or other chemicals used to prev�nt roadway iae or b�cause nf the 16 oil content af pavement markings or from oil droppings or athex efFects of 17 traffiic. I8 1 l) The xnaterial sha�l not prohibit adhesion of other thermaplastic markings if, 19 at some future time, new markings are p�aced over existing material. 20 a} New material shall bottd itself to tlae old line ir� such a manner that no 21 spiitfing or separation takes place. 22 12} The markings placed on the roadway shall be compieteiy retroreflective 23 bnth internally and e�ternally �vith traffic beads and shall e�ibit unifaLm 24 retra-directive reflecta�ace. 2S 13) Traffic heads 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4d 4I 42 43 44 45 �6 47 48 49 a) Manufactured fronn 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 colar � Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Sp�cification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 24'i-49. b. Th�rmoplastic, hot appIied, extrud�d 1) Produat slaall be especzally conapounded fortraf�ie rnarkings 2) Whan placed on the roadway, the markings shaIl nQt be slippery when wet, lift frorr� pave�ne�t under norimal weather conditions nor e�ibit a tacky exposed surface. 3) Cold ductility of the material shail permit normal road surface expansion and contraction vvithout chipping vx ccacking. 4) The markings shall retain their original color, dimansions and placement under normal traffic conditions at road surface temperatures of 15 $ degrees Fahrenheit and below. 5) Markings shalI have uniform cross-section, clea.n edges, sc�uare ends and no e�+idence of tracking. G) The density a�d quaiity of the rnaterial shall be uniform throughout the inarkings. CI'TY OF FORT WC)RTH Fort Worth Nature Center & Refuge Boardwalk Phase 11 STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 102320 Revised November 22, 2013 321723-6 PAVEhh�IEENT MARiCINGS Page 6 of 11 1 7) The thic�ess shall be uniform throughout the l�ngth and width of the 2 markings. 3 $) The markings shall be 95 percent free o�holes and voids, and free of 4 blistexs for a sninirr�um of 60 days after application. S 9) The minimum fihickness of the marking, as measured above tl�e plane 6 forzned by the pa�ement surface, shall noti be less than I18 inch in the center 7 of the marking and 3/32 inch at a distance of'/2 inch from the edge. 8 10} Maxitnum thickness shall be 3/16 inch. 9 11 } The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other ahemicals used to prevent roadway ice or hecause of the 11 ail content of pavement markings or from ozl c�roppings or other effects of 12 traffic. 13 12} The material shall not prohibit adhesian of other thermoplastic markings if, 1�+ at some future time, nevv rnarkings are placed over existing material. New 15 material shall bond itself to fihe old line in such a mar�rzer that no splitting or 16 separation takes pIaca. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit unifarm 19 retro-directive reflectance. 2b I4) T'raffic beads 2I a) Manufactured from glass 22 b} Spherical in shape 23 c} Essentially free af sharp angular particles �.4 d} Essentially free of particles showing claudiness, surfac� scoring ar 25 surface scratching 25 e} Water wIute in color 27 fl Applied at a unifarm rate 28 g} Meet or exca�d Specifieations shown in AASHTO Stazidard 29 Specification for Gl�.ss Beads LTsed in Pavernent Markings, AASHTO 3D Designation: M 247-09. 31 c. Prefarm�d Polymer Tape 32 1} Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Perforrnanee Tape Series 3801 ES, or approved equal. 34 d. Preformed Heat-Activated Thermoplastic Tape 35 1} Matierial shall meet or c�ce�d �1ie Specifcations for HOT Tap� Srand D.125 36 mil preformed thermoplastic or approved equat. 37 38 39 40 41 42 43 44 45 46 47 48 49 2. Raised Markers a. Markers shall znect tha requirem�nts ofthe Texas Manual on Unifnrm Tra�'fic Control Devices. b. Non-reflec�ive markers shall be Type Y(yellaw hodyj and Type W(whit� body) round ceramic markers and shall ineet or axceed the T�OT Speciiicatian DMS-4300. c. Th.e reflecti�ve markcrs shall be plastic, meet or exc�ed the TxDOT Speciiicafiion DMS-4200 far high-volume retroreflective raised markers and be a�+ailable in tk�e following types: 1) Type I-C, white body, 1 face reflects white 2) Type II-A-A, yellow bady, 2 faces reflect amb�r 3) Type II-C-R, white body, 1 face xeflects white, the other red CITY OF FORT WdRTH Fort Worth Nature Center & I2efuge Boardwalk Yhase II STANDAItD COt�lS�'i'RUCTION SPECiI'ICATfON DOCUMENTS City Projeot Tdo. 102320 Revised November 22, 2013 321723-7 PAVEMENT MARKINCrS Page 7 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 3. Work Zone Markings a. Tabs 1) Temporary flexible-reflectivs roadway marker tabs shall meet requirements of TacDOT DMS-8242, "Temparary Flexible-Reflective Road Marker Tabs." 2) Remavable markings shall nat be used to sit�nulate edge lines. 3) No segment of roac�way open to traffic shall rexnain without permanent pavement markings for a period greater than l 4 caYendar days. b. Raised Markars 1} All raised pavement markers shall �neefi the requirements vf DMS-42Q0. c. Striping I) Wark Zone siriping shall meet or exceed the T�OT Specification DMS- 8200. 14 �.3 ACCESSORIES [NOT USED] I S �.4 ,SOiTRCE QUALITY CON'I`ROL 1G 17 18 A. Perfo�nance 1. Minimum maintained retroreflectivity levels for longitudinal markings shall me�t the requirements detailed in the table belaw for a minimum of 34 calenda:r days. Pos#ed S eed xn h < 3D 3� — �Q >_ �5 19 20 21 22 23 z4 25 26 2-lane roads with cente:rline �a 100 250 markin s onl 1 � All ather roads 2 n/a 50 104 (1) Measured at standard 3p-m geomeUy in units of�cd/m2/lux. (2) Exceptions: A. When raised reflective pavement �narkings {RRPMs) supplement or subsiitute for a longitudinal ]ine, minimutn pa�ement rnarlcing retrore�ectivity levels are not applicable as long as ihe RRPMs are maintained so that at least 3 are visible fram any position along that line during nighttime conditions. S. When cantinuous roadway lighting assures #hat the marldngs are visible, minimum pavement marl�ing retrareflectiaity ievels are not appIicable. 27 PART 3 - EXECUTION 28 31 EXANmYATION [NOT IISED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shali be free of d'u�t, grease, loose andJor flaking existi�g 32 markings and other farms of contamination. 33 2. New Portland ceinent concrete surfaces shall be cleaned suffciently to remove the 34 curing mernbrane. 35 3. Pavement to which material is to be applied shall be completely dry. C1TY QF FpRT WORTf; Fort Worth Nature C.enter 8c Refuge Boardwalk Ahase II STANDARD COt�FSTItUC7'�DN SYECTFICATI03d I)OCUNiENTS City PrnjectNo. 142320 Revised Navem6er 22, 2013 321723-8 PAVLIMENT I�9ARiCIlVGS Page 8 4f 11 1 4. Pavement shall be considered dry, if, on a sunny day af�er observation for 15 2 minutes, no conden.sation develaps an the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted o� the edges. 4 5. Equi�ment and m�thods asad for surfac� preparation shall not damage the 5 pavement or present a hazard to motorists ar pedestrians. 6 3.3 INSTALLATION 7 A. General 8 i. The materials shall be applied according to the manufacturer's recommendatians. 9 2. A+Iarkings and markers sha11 be applied wi�llin temperature limits recommended by 10 the material manufacturer, and shall be applied an clean, dry pavement having a 11 surface teinperature above 50 degrees Falirenheit. 12 3. Markings that are r�o� prap�rly appIied due to faulty application methods or being 13 glaced in the wrong position or aligninent shall be removed and replaced by the 14 Contraetar at th� Contracfor's expense. If fhe mistake is sucl� that ii would be 15 confusing or hazardous to motorists, it shall be remedied the same day of 16 notification, Noiification will be made by plione and confirmed by fax. Other 17 mistakes shall be remedied within 5 days of written notificatian. 18 4. When markings are applied on roadways open to traff c, care will be taken to ] 9 ensure that proper safety precautions are fallowed, including the use of signs, 20 cones, barricades, flaggers, etc. 2I 22 23 24 S. Preshly a�plied markings sha11 be protected from traf�'ic damage and disfgurement. b. Temperature of the rtzaterial must be equal to fhe temperature of ihe road sur�aca before allowi�g traf�ic to traue! on it. B. Pavement Markings 25 I, Thermoplastic, hot applied, spray 26 a. This method shall be used to ianstall and replace long li�aes — centerlianes, laz�.e 27 lines, edge lines, turn lanes, and dofis. 28 b. Markings shall be applied at a 110 rnnil thickness. 29 c, Markings shall be applied at a 90 mil thicicness when placed over existing 3Q markings. 31 d. A sealer shall be used i£ eoncrete or asp.halt is older than three (3} years. 32 e. Typical setting fiitne shall be between 4 minutes and 14 minutes depending 33 upon the roadway surface tamperature and the humidiiy factor. 34 f. Retroreflective raised markers shall be used to supplement the centerlines, Iane 35 lines, and turn Ianes. Refer to City Standard Detail Drawings for placement. 35 g. Minimum retroreflectivity of markings shail meet or exceed �alues shovvn in 37 subparagraph 2.4.A. l of this Speci�ication. 38 2. Thermop.lastic, hot applied, extruded 39 a. This method shall he used to instaIl and replace crosswalks and stop-lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 e. Minimum retrorefleetivity of markings shal3 r�eet or exceed values shown in 42 this Specification. 43 3. Pr�formed Polytner Tape 44 a. This method shall be used to install and repiace erosswalks, s�op-lines, and 45 lagends. CITY OI' I ORT WORTA Fort Warth I�ature Center & Aef�ge Bnardwalk Phase �I 3�ANDAIiD CONSTRUCTIOI�3 SPECIFICATIONT50CiTIVlEI�3TS c��y �ro�e�c�vp. iaz3zo Revised Isovemher 22, 2013 321723-9 PAVEMENl' NtARKINGS Page9of11 I 2 3 � S b 7 8 9 10 11 I2 l3 14 15 16 17 18 19 b. The applied mar%ing shall adhere to the pavement su�face wiih no siippage or Iifting and have square ends, straight lines and cIean edges. c. Minimum retrorefiectivity of markings sh�.11 meet or exceed values shown in this Specification. 4. Preform�d Heat-Activated Thermnplastic Tape a. This method shall be used ta install and replace crosswalks, stop-lines, and legends. b. The applied zniarking shall adhere to th:e pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c.. Minimum retroreflecti�iiy of maxlcin.gs shall meet ar exceed values shown in this 5pecif cation. C. Raised Markers ]. AIl permanent raised pavement markers on Porkland Cement roadways shall be instalfed with epoxy adhesive. Bituminous adhesive is not aeceptable. 2. All permanent raised pavement markers on new asphalt raadways may be installed with epoxy or bituminous adhesive. 3. A chalk line, chain or equivalent shall be used during laynut to ensure ihat iridividual markers are properly aligned. All rnarkers shall he placed uniformly along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed wiY.h as little disruption to traffic as possible. 22 2. Install Iongitudinal nn.arkings on pavement suxfaces befQre opening to trafF'�c. 23 3. Maintain lane alignment traffic control devices and operatians until markings are 24 installed. 2S 26 27 28 29 30 4. Install markings in proper alignment in accordance with the Texas MUTGD and as shown on the Drawings. 5. Placs standard longitudinal iines no sooner than 3 calendar days after the placement oi a surface treatment, unless otherwisa shown on the Drawings. 6. Placa markings in prroper alignment with the location of the final paveznent marlc�gs. 3I '1. Da not use raised pavement mar�Cers for words, symbols, shapes, or diagonal ar 32 transverse iines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a diatance of at least 160 feet in nighttime conditions, iliurninated hy low- 35 beam autamobile headlight. 36 9. The daytime and nighttime reflected calor af tha markings must be dis#inctly wl�ite 37 or yellaw. 38 ] 0. The markings mus� e�ibit uniform retroreflec#ive characteristics. 39 11. Epoxy adhesives shall not he used to work zone markings. 4D 3.4 REMOVALS 41 l. Pavement Marking and Marlcer Ramor+al 42 a. The industry's best practice shajl be used to remove �isting pavement 43 rnarkings and markers, CIT'Y OF FORT WflRTH Fart Wort}► Nature Center & Refuge Bnardwal& Phase II STt1NDARD CfJ3+1STRUCTION SPECIFICATION DOCUMENTS City Praject Nn. ] 0232D Revised Navemher 22, 2013 32 17 23 - 10 PAVE3�ENT MARKINC�S Page 10 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 b. c. d. e. f 2. If a location is to be paved over, na additional compensation will be alIowed fQr zrnar�ing ar marker ramoval. If the roadway is being daznaged durirng the nnarker rem.o�va1, Work shall be h�Ited until consulta.tion with the C.ity. Removals shall be done in such a matter that color and texture contrast of the pa�ement sur£ace will be heId to a miniinum. Repair damage to asphaltic surfaees, s�ch as spalling, sheliing, etc., greater than '/a znch in depth :resulting from the remo�val of pavem�nt markings and markers. Driveway patch asphalt emulsion inay be broom applied to reseal damage to asphaltic surfaces. Dispose of markers in accardance with federal, state, and lacal regulations. ilse any of tlze foll�vving methods unIess otherwise shown on the Drawings. 1) Surface Treatment Method a) Apply surface fireatment at ra�es shown on the Drawings or as directed. Place a surfaee treaiment a minim�uzn of 2 feet wide ta cover f3a� existing marking. b) Place a surfaee treatment, thin o�erlay, or micrasu:r�'acing a znin.imu� of 1 lane in width in axeas w�ere directianal changes of teaffic are involved or in other areas as directed by the City. 2) Burn Method a} Us� an appravod burning method. b} For thermop[astic pavenaent znarkings or prefabricated pavezxzent markings, heat may be applied to remove the bulk of the marking material priar ta blast cleaning. c) When using heat, avaid spalIing pavement surfaces. d) Sweeping or light blast cleaning may he used to remove minor residue. 3) Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasi�e blasting, shot blasting, slurry blasting, water-injected abzasive bIasting, or brush blasting as approved. b) Ramove pavement markings on concrete surfaces by a blasting method only. 4) Mechanical MeYhod a} Use any mechanjcal method except grinding. b) Flail milling is aeceptabl� in th� rerrso��l of markings nn asphalt and concrete surfaces. 37 3.� REPAIR ! RESTORATION [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.'� F�ELD QUAL�TY CONTROL 40 A. All Iines m�ast ha�ve cIean edges, square ends, and be uniform cross-section. 4] 42 �3 B. The denszty and quality of markings shall he unifaim thraughaut their ihiclmess, C. The applied markings sha11 have na mare than 5 percent, by area, of holes or �oids and sha11 be free of blisters. CITY OF FORT WORTH T'ort Worth Na4ura Center & Ae£uge Saardwalk Phase II STAI�lDARD CONSTRUCTION SPECII'ICATIDIQDOCUMENTS City ProjectNo. 102320 Revised November 22, 2013 3z. i� z� , i1 rAVE��rx M�c�rGs Page 11 of 11 1 +, 1. 1 2 3 4 5 6 7 8 9 10 I1 12 3.8 SYSTEM STARTUP [NOT U5ED] 3.9 ADJUSTING [NOT USED] 31p CLE�NING A. Cantrae#or shall clean up and remove all loose material resulting from construction operations. 3.11 CLOSEOUT ACTIVI"�'IES [NOT USEDj 3.1� PROTECTION jNOT USED] 3.13 1VIAINTENANCE [NOT USED] 3.14 ATTAC�IlV�NTS [NOT USED] END OF �ECTION Revision Log DATE NAME S[JMMARY OF CI�iANGE 11/22,/13 S. Arnold Removed paint type marking, npda#ed references, added sealer kanguage GITY OF FOItT WORTH Fort Worlh NaYure Center & Reftige Boardwalk Pliase Il STANDARD CONSTRi7CTION SPECIFICATION 1]OCUIVIENTS City Praject No. 102320 Revised November 22, 2013 323i 13-1 CI-FtLThI LINK PENCB AND GATES Page i af7 1 2 3 PART1- GENERAL 4 1.1 SUNIlI7ARY 5 A. Section Inc�udes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2� 2l 22 SECTION 32 31 13 CHA1N LINK FENCE AND GATES 1. Galvanized caated chain link {non-securiiy) fencing and accessories in aceardance v,�ith the City's Zoning Ordinance. 2. Wrought iron fencing and aecessories 3. Steel tube fencing and accessories 4. On utility projects: a. When existing fence is within #he project Site (i.e. parallel to the utility trench and/or within u�ility eascment) an:d is directly disturbed by constrnction activities, fencing wiIl be paid for as listed in Article 1,2 below. b. When existing fence is crossing th� proposed utility trench, the work performed and materials fiarnished in accardance with fence replacement will be cansidered subsidiaxy to tl�� trench and no other compensation will be allowed. c. When existing fence is autside afthe limits of the project Site or is identifed as pratected on the Drawings and is dist�arbed and/or by construction activities, replacement will be at the expens� of the Con�ractior and no other campensation vvill be allowed. B. Deviations fiom this City of �orE Worth Standa.rd 5pecifica�ion 1. None. 23 C. Related Speci�catian Sections include, but ar� not necessarily lirr►ited to: 24 1. Division 0- Bidding Requirements, Cantract Porzns, and Conditions of the Contract 25 2. Di�vision 1- General Requirements 26 1.� PRICE AND PAYIV�NT PROCEDURES 27 28 24 3� 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Measurement and Payaaaant 1. Chain I,ink Fence a. M�asurement 1) Measureanent for this Item shall be by t�e linear foot of Chain Link Fence installed, b. Payment 1) T�ie work performed and materials furnished in aceordance with this Item and measured as pro�ided under "Ivleasurement" wiLl be paid far at the unit price bid per linear foot of Chain Linl� Fence installed for various: a) Heights b) Fabric materials c. The price bid shall include: 1) Furnishing and installing all f�nce and gate materials 2} Mow strip, if shown in Drawings 3) Cleanup 4} Hauling 2. Wrought Irnn Fence C1TY QF PQRT WQRTH Fort Worth Nature Center & Ftefirge Bp�rdwalk Phase II STANDARD CONSTRUC7ION SPECIFTCATIqN DOCLJ1VlENTS City ProjectNo. 102320 Revised Deeember 20, 2012 323113-2 CIdAIN LINK FEI�ICE f1ND GATE3 Fage 2 af 7 1 2 3 4 5 6 7 8 9 10 11 I2 13 I4 IS 16 17 18 19 20 21 22 23 24 25 2G 3 a. Measurement 1 j Measurement far this Tterri shall be by the ].inear foo� of Wrought Iron Fence installed. b. Payment 1) The work per-formed and materials furnished in accordance with this I��m and measured as provided under "Measurement" will be paid far at the unit price bid per line�r foot of Wrought Iron Fence installed �or various haights. e. T11e price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow ship, if shown in Drawings 3) Cleanup 4) Hauling Steel Tube Fence a. Measurement 1) Measurement for this Itexn shall be by tl�e linear foot of Steel Tube �ence installed. b. Payment J) The work perFarmed 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 %ot of Steel Tuhe Fenc� installed for various heights. c, The price bid shall include: 1) Furnishing and installing all %nce and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling 27 1.3 REFERENCES 28 A. Raference Standards 29 30 31 3z 33 34 35 36 37 38 39 40 41 42 43 44 1 2 Reference standards cited in this specification refer to th� current reference standard published at the time of the latest revision date logged at the end of this specification, u�less a date is specifically cited. American Soczety for Testzng and Materials (ASTN�: a. A 36, Standarcl Specification for Carbon 5tructural Steel b. A�23, Standard Specification for Zinc {Hot-Dip Galvaniz�d) Coatings on Iron and Steel Produots . e. A 392, Standard Specification for Zino-C�ated Steel Chain-Link �'ence Fabric d. A 500, Standard Spacification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubirzg in Raunds and Shapes e. F 626, Standard Specification for Fenee Fittings f F 1 Q43, Standard Specif cation for Strength and Proteet�ve Coatings on Steel Industrial Chain Link Fence Framework g. F I O$3, Standard Spacificatian for Pipe, Steel, Hot-Dipped Zine-Coated (Galvanized) Welded, for Fence Structures h. � 1183, Speciiication for Aluminum Alloy Chain Link Fence Fabric 45 1.4 ADMIlVISTRATIVE REQUIR�IVIENTS [NOT USED] 46 1.� ACTION SUBNIITTALS 47 A. Shop drawings �1TY OF FORT WORTH STANI7ARb CONS"i'RUCTIOI� SPBCIPTCATIOI� bpC(7MENTS Revised I?ecember 20, 2012 Foz� Worch Nature Center & Refuge Boardwalk Phase II City Projeet No. 102320 32 31 13 - 3 CI I1LiN L1NI� FEI�FCE EII+]D GA3'ES Page 3 of 7 1 1. Layoui oi fences and gates with dimensians, details, and finishes af components, 2 accessaries azad post faundations if requs;stied by the City. 3 B. Product data 4 1. Manufacturer's catalog cuts indicating material corr�pliance and specified options. 5 I.6 ACTION SiIBNIITTAL5/Il�iFORMATIONAL Si1BMITTALS �NOT USED] 6 1.7 CLO,SEOUT SUSNIITTALS [NOT USED] 7 1.8 MAINTENANCE MATERTAL SITBNIITTALS INOT iTS�D] 8 9 1.9 QUALITY A�SURANCE [NOT USED] l.la DELIVERY, STORAGE, AND HANDLING [NOT USED] I O 1.11 FIELD [SITE] CONDITIONS [NOT USEDj 11 11� WARRANTY [NOT U�ED] I2 PART 2 - PRODUCTS 13 2.l OWNER-k'URNISHED [NOT USED] ]4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 �.� MANUFACTURED U1�TITS ! MATE1tYALS A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvanized coated ehain link fencing. 2. Approved Manufacturer or equal: a. Allied Fence, Tnc. b. American Fence Corp. e. Anchor Fence, Inc. d. Master Ha1cc�, Inc. B. Matarials I . Chain Link Fence a, General 1) Pasts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. 2} Gate hin�es, post caps, barbed wire supporting arms, st�•etcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3) Posf tops, rail end, tias and clips may be of aluminum. 4) Use only new material, or salvaged/existing mat�rial iiapproved hy City ar nated on Drawings. - b. Steel Fabric 1) Fabric a) No, 9 gauge b) 2-inch mesh (I) Commercial: both top and boftom selvages #wisted and barged Residential: match e�isting or both top and bottom selvages knuckled (2) �urnish 1-piece fabric widths. 2) �'abric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surfaca. c. Aluminum Fabric CTTY OF FORT WORTH Part Worth Nature Center & Refuge Boardwalk Piiase ll STANDARD CON5TRT3CTION SPECIFICATTON bOCUIvIL�NTS City Project No. 10232a Revised December 20, 2012 323113-4 CHAII�€ L1NK FENCE AND GATES Page 4 of 7 1 2 3 4 5 6 7 8 9 1Q 11 12 13 14 i5 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 44 45 �46 47 �48 49 50 � e. �.� �''�bI'1C a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and boitona selvages twisted and barged. d) Furnish l-piece fabric widtlis. Steel Framing 1) Steel pipe - Type I a) ASTM F 1083 b) Staz�dard weight schedula 40 c) Minimum yield strength: 3Q,000 psa d) Sizes as indicated e) Hot-dipped galvanized vvith minimum average 1.8 ozlft2 of coated saxface area 2) Steel pipe - Type II a} ASTM F' 1043, Group TC b) Minirnum yield streng�h: 5�,000 psi c} Sizes as indicated on Drawings d) Pratective coating per ASTM F I 043 (1) E�teznal coating Type B (a) Zinc with organic overcoat (b) 0.9 ozlft2 minimum zinc coating with clzromate comersion coating and verifiable polyzner �lm (2) Ynternal coating Type B (a) Miniznum 0.9 ozJftz zina or T�pc D, zinc pigm�nted, 81 perc,ent nominal coating, mini�num 3 mils 3) Formed steel ("C"} sections: a) Roli formed steel shapes complying witl� ASTM F 1043, Group II b) Minimum yield strength: 45,004 psi (3�0 MPa) c) Sizas as indicated on Drawings d} External caating per ASTM F IQ43, Type A (1) Minunum average 2A oz/ft2 of zinc per ASTM A 123 4} Steel square sactions a) ASTM A 500, Grade B b) Mininnum yield at��ngth: 40,OOU psi c) Sizes as indicated an Drawings d) Hot-dipped galvanized with minimum 1.8 azJft� of coated sur�'ace area Aceessories 1) Ghain link fence accessories a) ASTM F 626 b) Provide i�ems required ta complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post eaps a} Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provida 1 cap for each post. c) Cap to have provisian for barbed wire when necessary. d) "C" shaped line post without top rail or barbed wire supporting arms do n4t require post caps. e) Where top rail is used, provide tops to permit passage of top rail. 3) Top rail and rail ends CITY OF PaRT WORTH Fort Worth Nature Center & 12efuge Boardviralk I'hase II STANbARi] CONSTRUCTTON SPECIFIGAT10NDpCUM�NTS City Pro}ectNo. ]02320 Ker+ised Deeember 20, 2012 323113-5 CIIAIN LINK FENCE t1ND GATES Page 5 of 7 1 2 3 4 5 6 7 8 9 10 ]1 12 13 14 15 16 17 18 ]9 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 3S 36 37 a) 1 5/8 inch diameter galvanized raund pipe fot h�rizontal railing b) Pressed steeI per ASTM Fb26 c) For connection af rail and brace to terminal posts 4) Top rail sleeves a) 7-in�h axpansion slee�ve with a miniinum 0.137 inch wire diameter and 1.$0 inch length spring, allowing �or e�pansion and contraction of top rail 5) Wire ties a) 9 gauge galvanized steel wire for at�achment of fabric to line pasts b) Double wrap 13 gauge for rails and braces, c) Hog ring ties of I2-112 gauge for attac�nent 5) Braca and iension (stretcher bar} hands a) Pressed steel b) Minimum 3Q0 degree proiile curvatura for secur� fence post attach�nent c) At square post provide tensian har clips. 7) Tension (stretcher) bars: a) 1 piece Iengths equal to 2 inches Ie�s than full height of fa.bric b) Minimu�n cross-section of 3/16 inch x 314 inch c) Pravide tension (stretchar) bars where chain link fabric rn�.ets t�rmina� pasts, 8) Tension wir� a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diamater wire b) Tensile strength: 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch h} Capable of withsfanding a tension of minim�um 2,000 paunds 10) Nuts and bolts are galvanized. 2. Wrought Iron Fence: specified per Drawings. 3. Steel Tube Fence: specified per Drawings. 4. �efiting Materials a. Cancret� 1} 1Vlinimum 28 day compressive sirength of 3,000 psi 2} Bagged concrete allowed. b, Drive Anchors 1} Gal�vanized angles 2} ASTM A 36 steel 3) 1 inch x 1 inch x 3Q inch galvanized shoe clar�ps to seeure angles ta posts. 38 2.3 ACCESSORiES [NOT USED] 39 2.4 SOURCE QIIALITY CONTROL [NOT U�ED] 40 PART 3 - EXECUTION 41 3.1 INSTALLERS [NOT USED] 42 3.� EXAM�IVATION 43 A. Verification of Condi#ions 44 1. Verify areas to receive %ncing are completed to final grades and elevations. 45 2. Ensure propariy lines and legal boundaries af �c�rk are clearly established CITY OP PORT WQR'FH Fart Wnrth Nature Center & Reiuge Boardwalk Phase II STANDARD CONS7itUGTION SPECIFICATIOI� I)QCUMENTS City Praject No. 162320 Rev9sad December 2p, 2012 32 31 13 - 6 CF3AIN L1NK PEI�CE ANB GATES Page 6 oF'7 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Chain Link Fence Framing 4 1. Locate terminal post at each fence termination and change in horizontal or vertical S direction oi 30 degrees or more. b 7 8 9 10 I1 IZ I3 14 l5 16 17 18 19 20 21 22 23 24 25 26 2. 3. 4. 5 6. 7. 8. Space line posts unifonnly at 10 feet on centar. �et all posts in concrete a. Driil h�les in ium, undisturbed or compacted soil. b. Drill hole diatneter 4 times greater #han oufside dimension of post. c. Set post bottom 24 inches belaw surface whan in firm, undisi�rbed soil. d. Excavate deeper as required for adequate s�pport in soft and Loose svils, and for posts with heauy lateral loads, e. Place concrete around posts in a continuaus pour. Trowel f�nish around post. Slope to direct water away �rnm posts. Check each post far �ertieal and top alignment, and mazntain in position during placement and finishing operatians. Bracing a, Inslall horizontal pipe brace at rnid-height for fences 6 feet and taller, Qn each side of terminal posts. b. Firmiy attach with fittings. c. In�stall diagonal truss rads at fhese points. d. Adjust truss rod, ensuring posts reinain plumb. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified, b. Install tension �vire before stretching fabric and attach to each post with ties. c. Secure tensian wire to fabric with 12-112 gauge hog rings 24 i�nches on centar. Top rail a. Instal� length�, 21 feet b. Connect jain.ts with sleeves for rigid connections for expansion/contraction. Center Rails for fabric height 12 feet and taller. a. Install mid tails betw.een posts with fittings and accessories. 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 9. Bottom Rails: Install bottom rails betw�en pasts with fittings and accessories. B. Chain Link Fabric Ir�stallation 1. Fabric a. Insta.11 fabrie on security side and attach so that fabric reraains in tension after pulling force is released. b, Leave appraximately 2 incbes between finis� grade and bottam se�vage. c. Attach fabric wiih wire ties to line posts at 1 S inches on center and to ra.ils, hraces, and tension wire at 24 inches on center. 2. Tension (st7rretclaer) bars a. PuII fabric taut. b. Thread tension bar througt� fabric and attach to terminal posts with bands ar c�ips sp.aced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend eiids of wire to minimize hazard to persans and clothing. b. Fastaners: Install nuts on side of fenca opposite fabric sida for added security. CITY Oi' FORT WORTH Fort Worth Nateire Center & Refuge Baardwalk Phase I[ STAIVDARD CONSTRUCTIQI�I SPECLFICATI�N AOCUivi�N'1'S City Project No. 102320 Revised December 2G, 2012 323I 13-7 GHAIN LINK FENCE AND GATES Page 7 af 7 1 2 3 4 5 6 7 8 9 10 11 12 13 lA� 15 �. �lats: Install slats in accordance with manuiacturer's insiruotians. C. Wrought Iron Installatian: install per Drawings D. Stee1 Tube Fence: install per Drrawings 3.� REPATR/RESTORAT�QN [N�T USED] 3.6 RE-INSTALLATION [NOT USED] 3.9 FICLD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.I1 CLOSEOUT ACTTVTTIES [NOT USED] 3.f2 PROTECTYON [NOT USED] 3.13 MAINTENANCE [NOT �[75ED] 314 ATT�i,C�IMENTS [NOT USED] END OF SECTION Re�ision Log DATB NA.NIE SUMMARY OF CHANGE 12/2Q/2012 I]. Johnson 1.1.A. modif ed to descriUs when City would pay far fence replacement on utility proj ects 16 CTPY qP �'ORT V�FpATH Fort Worfh Nature Center & Refuge Baardwalk Phase II STAND:�IRD C0�1STRi]�CTION SPBCIFICATION DpCUMENTS City Peojecf No. 10232p Revised Becem6er 20, 2012 323213-1 CA5T-IN-PLACE CQNCRETE RET1?.1N1NC'i WALL5 Page 1 of6 1 2 SECTI[�N 32 3213 CAST-IN-PLACE CONCRETE RETAINIl�TG WALLS 3 P,�.RT 1 - GENERAL 4 1.1 SiTMMARY 5 A. Sec#io:n Includes 6 1. Construction of cast-in-place concrete retaitting wall adjacent to concrete sidewalk 7 (3 foot rn�imum height) af fi11e size azid shape detailad on the Drawings and at the 8 location shown on the Dra�vvings. 9 2. Construction of T�OT standard ca�t-in-plac�, spread faot cancrete retaining wall 10 o�'the size and shape detailed on the Drawings and at the location shown on the 11 Drawings. 12 B. Deviations from this City of Fort Worth Standard Speeifieation 13 1. None, 1� C. Related Specification Sections inelude, but are not necessarily limited to: �5 I. Division 0- Bidding Requirements, Contract Forms, and Conditions of fihe Contract 16 2. Division 1- Genera� Requirements 17 3. Section 03 30 00 - Cast�in-Place Concrete 1 S �4. Section 3123 16 — Unclassified Exeavation 19 S. Seetion 31 23 23 - Borrow 20 6. Section 312�} OQ - Embanlarzents 21 7. Section 32 I3 20 - Cancrete Sidewalks, Driveways and Barrier �rea Ramps 22 8. Section 33 46 OQ - Subdrai�age 23 1.� PR�CE AND PAYIVIENT PROCEDURES 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 3$ 39 40 41 A. Measuremant and Payment l, Conc�ete Retaining Wall Adjacent to Sidewalk a. Measurement i} Measurement for this Item shaIl be hy the syuare foot of the front surface of the wall (faca) from the top ofthe adjacent sidewa�lc to the top of the wall. b. Payment 1) The work perforrned and materiais fumished in accordance with fihis Item artd measured as provided under "Measurement" will be paid for at the unit price bid per squaxe foot of Concrete Retaining Wall Adjacent to Sidewalk construct�d. c. The price bid shall inc�ude; 1) Excavation in back ofRetaining Walls 2) Furnishing and placing faotings 3) Leveling pads and copings 4) �urnishing, placing, and compacting backfiIl (except in embankrnen.t areas) 5} Furnishing and placing conerete, rein%rcing s#eel, waterpraofing material, filter material and drain pipe, joint tnaterial, water stop, and �lter fabric when rrequirad CI7'Y OF FORT VVORTH I`ort Wortii Nature Center & Refuge Boardwalk Phase II STAi�i17AR17 CON57'RUCTiON SPECIFICATiON DOCUMENTS City Project3�o. 10232a Revised .Tune 5, 201 S 3z �z ia-z CA$T-iN-PLACE CONCRET� RETAINING WFILLS Page 2 of 6 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 6) Fabricating, curing, and fnishing wall including special coatings when specif ed 2. Concrete Sidewalk Adjacent to Retaining Wall a. Measurem�nt 1} Measurement �or this Itern shall be by the square foot of completed and accepted Concrete Sidewalk Adjacent ta Retaining Wall in its final pasition, Measurement shall be tal�en fram face of wall to edge of concret� sidewalk. b. Paym�nt 1} The work performed and rnaterials furnished in aecordance with this Item and measured as provided under "Measuramani" will be paid for at th� unit price bid per square foot of Concrete �idewalk Adjaeent to Retauiing Wall installed. c. The price bid shall inc3ude: 1) Excavating and preparing the subgrade 2) Furnishing and placing all rnaterials 3. T�cDOT Standard — Spread Footing VVa3is a, Measurament I) Measurement far this Item shall be by tlle square foat of the front surfa�e of the wall. Unless otherwise shown on the Drawings, rneasure area from finished ground line on th� face af the exterior waIl to tlae tap of the wall including any coping required (not including railing). b. Payxnent 1) The work performec� and materials furnished in accordance with this Item and xneasured as provided under "Measure�ent" will be paid far at the unzt price bid per square faat of Spread Footing Wall construc�ed. c. The price bid shall include: 1} Excavation in bac� ofRetaining Walls 2) Furnishing and placing foatings 3) Leveling pads and copings 4) Furnishing, placing, and compacting back�ill (except in embankment areas) 5) Furz�ishing and placing canerete, rei��forciz�g steel, waterproofing material, fil#er material and drain pipe, joint material, wa#er stop, and fiiter fabric when required 6) Fabricating, curing, and iinishing wall including special coatings wher� specified 37 i.3 REFERENCES 38 39 40 41 42 43 4�} 45 4b 47 A. Definitions I. Perm.anent Wall - Retaining wall with a design servica life of 75 years. All walls are presumed to be per�nanent walls unless otl�erwisa specified in the Drawings. B. Re%rence standaxds cited in this specifica�ion refer ta the current reference standard published at the time of the latest revision date lagged at the end of this speci�catian, unless a date is specifically cited, 1. ASTM International (ASTM}: a. D4�91, Standard Test Methods for 1�a#er Permeability af Geotextiles by Permi�Cieity b. D4S33, Standard Test Mathod fa.r Trapezaid Teaxing Strength of G�otez�tiles CITX pF FORT WORTH Fort Warth Nature Center 8c Refuge Tioardwalk Phase IT STANDARD CONSTRUCTfON SPECIFICATIOM DOCLTMENT3 City PrajectNo. 102320 Revised Iune 5, 201 B 323213-3 CA3T-IN-PLACE CONCRETE R�TAINING WALLS Page 3 of 6 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 2. 3 4 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotex#iles c!. D4751, Standard Test Method for Determining Apparent Opening Size of a Geote�tile Texas Department of Transportation (TXDOT), Standaxd Specifications far Construction and Maintenance of Highways and Bridges: a. J 1 Q, Exca�ratioz� b. 132, Embankment c. 40d, Excavatian and Backfill far Structures d. 42Q, Concrete Structures e. 421, Hydraulic Ce�xent Concrete f. 423, Retaining Walls g. 440, Reinfarcing Steel h. 445, Gaiv anizing i. 458, Waterproofng Membranes for Structures j. 556, Pipe Underdrains TxDOT Standard -- Spread Footing Walls a. RW 1{L) A— Law Footing Pressure, Design A Retaining Walls b. RW 1{L) B-- Low Footing Pressure, Design B Retaining Wal1s c. RW 1(I,) C— Lovv Footing Pressure, Design C Retaining Wal1s d. RW 1{I� A— High Foa#ing Pressure, Design A Rataining Walls e. RW 1(H) B— High Footing Pressure, Design B Retaining Walls £ RW 1(H) C— High �ooting Pressure, Design C Retai�ning Walls g. RW 2— Retaining Wall Miscellaneous Detaiis Te�as Department of Transportation (TXDOT), Manual of Testing Procedures: a. Tex-516-J, Consiructian Fabrics 27 1.4 ADMINISTRATIVE REQUIREMENTS jNOT U�ED� 28 1.5 SUBNIITTALS 29 A. See Section 03 30 00. 30 1.6 ACTION SUBNIITTALS [NOT USED] 3l l.i CLOSEUUT SUBNIITTALS [NOT U�ED] 32 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 33 1.9 QUALITY AS�iTRANCE 34 A. See Section 03 34 OD. 35 1.10 DELIVERY, STORAGE, AND t7ANDLING 36 A. See Section 03 30 00. 37 l,lX SITE CONDITIONS 38 A. Ambient Conditians: �5ee Section 03 3p a0. CITY OF FORT WaRTH Fort Worth NaYure Center & Refugs Boardwali� Phase II STAND.ARD CpiVSTRUC'FION SP�CIFICATIQ�1 DOCUMENTS City Froject I�Ia. 10232ff Revised June 5, 2Q1& 323213-4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 6 1 1.1� WARRANTY [NOT USED] 2 PART � - PRODiTCTS 3 2.1 OWNER FURNISHED PRODUCTS [NOT U�ED] � 2.2 MATERYALS 5 6 7 8 9 10 11 12 13 A. Concrete and Reinforcing Steel 1. Concrete Retaining Wall with SidewaIk a. Section 03 3.0 00. 2. TxDOT Standard — Spread Footing 1�Valls a. 420, Concrete �truciures b. 421, Hydraulic Cement Conorete c. 440, Reinfarcing Steel d. 445, Galvanizing e. 45$, Waterproo�mg Meinhra�ies for Structures 14 B. Backfill 15 l. Concrete Retaining Wa11 with Sidewal� lb a, Section 31 23 23 17 2. TxDOT Stand�rd — Spread Footing Walis 18 a, 132, Embankments 19 �a 21 22 23 24 25 26 27 28 24 30 31 32 33 34 35 36 3'7 38 39 C. Underdrains �. Concrete Retainuig Wall witli Sidewalk a, Sectian 33 46 00 2, TxDOT Standarti — Spread Foating Walls a. 556, Pipe Undardrains D. Filter Fabric 1. General a, Provide standard weight fabric for retaining walls a.nd soil separation. b. Provide filter fabric rated as W-xesistant when used as part of t�e expased facing for a temporary wa.11. a The fabric consists axclusively of manmade therinoplastic fibers, is a non- wo�en geotextile fabric, and farms a mat of uniform quality. d. Fabric fibers are can�inuous and random throug3lout the fabric. e. The fabric is rnildew resistant and rat-praof, and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fabric must confarm to the requirements listed in Table 1 when te�ted in accordance with the test methads specified. Table 1 Filter Fabric Rec��irements Ph sical Pro erfies . Test Methad Value Fabric Weight, on an ambient Tex-616-J � oz/yard termperature air-dried, tension free sam le Pennittivi , llsee ASTM D4491 1.0 min C1TY OF PDRT R70RTI3 Fort Worth NaEure Center & Refuge Boardwalk Phase II STA1V1aARD CONSTRUCTION SP�CIP'ICATIQN DOCiT1VI�NTS City Praject Na, 102320 Revised 7une 5, 2018 a2�zi3-s CAST-TN-PLACE CONCRETE RLTAINING WALLS Page 5 of6 Tensile Stren , lbs ASTM D4632 10U lbs A arent O enin Size ASTM D4751 �a-ioa Elon ation at ield, ercent ASTM D4632 2Q-100 Tra ezaidal Tear, Ibs ASTM D4533 3S lbs I , 1 2.3 ACCESSORIES [NOT USED] 2 �.4 SOURCE QUALITY CONTROL [NOT iTSED] 3 4 5 6 7 8 9 10 11 12 13 1� 15 16 17 IS I9 20 21 22 23 24 25 2b 27 28 PART 3 - EXECUTION 3.l INSTALLERS [NOT IISED] 3.� EXAMIlVATION [NOT IISED] 3.3 PREPARA'ITON [N�T USED] 3.4 Il�TSTALLATION A. Construct retaining wa�ls in accorciance with the Drawings and to the pertinent requirernents nf the %llawing Sections: 1. Conerete Retaining Wa11 with Sidevvalk a. Section 03 3U OQ b. Section 31 23 16 c. Section 31 23 23 d. Section 31 24 UO e. Sec�ion 33 46 00 2. T�DOT Standard — Spread Foating Walls a. 110, Excavation b. 132, Emhankmeni c. 4Q0, Excavation ar�d Back�ill for Structures d. 423, Retaining Walls �. 420, Concr�te Structures £ 458, Water provfing Membraxies for Structures g. 556, Pipe Underdrains 3.5 REPAIR A. Se� Section Q3 30 00. 3.6 RE-INSTALLATYON [NOT USED] 3.7 FIELD QUALTTY CONTROL A. See Sec#ion 03 30 Q0. C1TY OF FORT WORTH Fort Worth 1Valare Canter & Refuge Baardwaik Phase li 3Tt1NDARD CDNSTRUCTION SPECIFICATI�N DQCUMSNI'S City Project No. i02320 Re�ised June 5, 201 & 32 32 13 - 6 CAST-IN-PLACB CONCRETE RETATNING WALLS Page b oi 6 1 3.8 S�STEM STARTiTP [NOT USED] 2 3.9 ADJU�TING [NOT USED] 3 3.14 CLEANING [NOT U,SED] 4 3.11 CLOSEQUT ACTIV�TIES [NOT USED] S 31� PROTECTIQN �N�T iTSED] 6 3.13 MAiNTENANCE [NOT USED] 7 3.14 ATTACIIMENTS [N�T USED] 8 END OF SECT�ON Re�vision i.og DATE NAME SUMMARY OF CHANGE 12/2d/2012 D. Johnson 1.2.A—Payment Ifem for concrete retaining wa�l with sidewalk was broken into two Items: one for the face of wall and one for tii� sidewalk. 6/5/18 M Owen Revised Summaiy and Measurement and Payment sec�ions. 9 CITY OF FORT WORTI3 Fort Worth Nature Center & Refuge Bpardw8lk Ph�se TI STANDARL) CONSTRUCTION SPECIPICATION DOCUM�I�ITS City Project No. 102320 Revised 7une 5, 2018 32 90 l0 - I IRRiCATIDN SYSTEM Page I of 6 SECTION 3� 90 IU IRRIGATION SYSTEM PART l - GENERAL 1.01 CONDITION� O�' THE CONTRACT AND DXVISION l- GENERAL REQiJIREMENTS Ar� h�reby m ade a part af this section. 1.02 SCOPE Tncludes furnishing all labar, materials, and equipment far the propex ins�allatian nithe irrigation system, the �vork includes, hut is not limited to the fnllowing: Furnish and install an operating irrigatian system, complete and in place, including controls, supply lines, s�inlcler heads, can�-ol valves and aeaessories as shown oz� the pla�s and as specified k�ezein. A. B. C. D. E. F. Trenching anid Baekfill Autoinatically controlled low volume urigation system T�sting of aIl systems to ensure system is fully aperational. All wor� included in the installation. of the irrigation systenn shall be perfornned in acaordance with �e plans aind specifications. The installation of the irrigation sy.�tem will be made by an indi�idual or firm duly licensed as an irrigator by the State of Texas. Bacleflow preventer shall be tested hy a Certified Backflovt+ Tester. Written test resulis shall be forwarded to appropriate City representative in the Water department.(764-3662, 6342, 3663) 1.03 RELATED WORK SP�CIFIED ELSEWAERE A. Where possible, portions of the in•igation system shall he installed prior to ihe consiruetion of those pa�ed surfaces shown on the plans. Particular attention is directed to sleeues and conduit. B. Electrical hook-up of eontrolIers will he installed by Elec�rical Cont�actor. 1.04 CODES AND STANDARDS A. Godes: All work shall be installed accarding to ihe Standard Plwnbing Code. B. Guarantee: '�e Contractor shall guarantee all worlrn�anship, materials, fixtures, and equipment eoverec� by the plans and specifications to he free of defects far a period of one {1) year from tha clate of acceptanca of the project, and shall replace any parts found to be defective vvithin the period of guarantee at no cost to the Owner. 1.0� EXISTING UTILITIES AND STRUCTURES CITY OF FORT WOR'PH Fort Worth Nature Center � Refuge Boardwalk Phase Il STANDAiiD C�NSTRUCTION SPECIPICATIOAI DOCUMGNT3 CiEy ProjectNo. 1D2320 Revised September 10, 2414 329616-2 IRRIGATION SYSTEM Page 2 of 6 There may be certain existing undergraund utilities and sia-uctures wl�ich are not indicated an the plans. The Cont�actor shall determine the axact location of all exist�ng irrigation systems, undergraund utilities and structures which a��e not indicated on the plans. The Contractor shall determine the exact location of all existing irrigation systems, and utilaties and conduct his work in such a manner as ta prevent interruption of service or damage to them. In the event oi damag� to e�sting utilities or structures, the Contractor shall be �-esponsible for their repair or replacement. Minor adjusi�nents in the syst�nn will he p�rinitted to clear existing �ixed abstructions subject to the Ci1y appro�al. Contractor #o verify all locations of existing utilities, and call DigTess 1-800-344-$377 £or lacates 48 l�ours prior to diggir�g. lA6 SUBMITTALS Submit t�iree (3) s�ts of complete shop draw.ings and manufacturer's product data she�ts in a on�time subanittal £oz� ihe complete irrigation system_ All propvsed inat�i�als and pzaducts are subject to approval by the Architec�JEngineer or Owner. 1.Q'� COORDINATION AND TIMING Coordinate installation of irrigation system with related hades as necessaiy to pre�ent cutYing, patching, and re-routing. PART 2 - PRODilCTS 2A1 2A� 2.03 2.04 2.05 QUALITY AND BRAND Unless otherwise nated on the pians, all materials shal] be new and unused. Unl�ss otherwise noted, Hunter irrigation equip�nnent catalog nnmhers are used for reference in these specificaiions. Contractor to provide products specified on plan, or approved equal. 1'OLYVINYL CHLORID� (PVC) PIPE A. lrrigation Mainline: All main pressure line pipe sha11 be PVC C1ass 200 SDR 21 B, Irri�ation Lateral Line: All latera] pressure line pipe shall be PVC Class 200 SDR 21 C. Pip� Sleeve: All pipe sleeves shall be PVC Schedule 40 D. Markin�s: All pipe and �ttings shall laave the following information printed indelibly in inlc, hot stamped, or molded thereon: manufacturer's name and trademark, ma�erial designation, diameter, schedule or class, and nsf logolseaI. PVC RITTINGS All PVC pipe fittings shall be solvent weid type, Schedule �40, and of the type recammended by the pipe �nanufacturer. No PVC pipe zs to be threaded ar connected to �netal pipe or metal accessories; use PVC adapter with female tt�t�ead. IRRIGATION H�AI?SIBUBBLERS All inigation heads/bubblers are of the named manufacturer, in the nozzle sets, circle angies and series indicated an the plans. BACK FLOW PREVENTION Back-flow preventer to be a Febco Doub.le Check �alve, installed in a concrete meter bax, CITY OF rDRT WORTH Fvrt Worth Nature Center & Itefuge Boardwalk Phase II STANAARD CONSTRUGTION SPECIFICATION DOCUMENTS City Project No. 102320 Revised Septemher 10, 2014 3z9oia-3 IRRIGATION SYSTEM Page 3 of 6 �.Q6 2.0'i 2.08 3�,09 �.10 2.11 2.1� GATE VALVE� Gate valves shall he rat�d fpr 15D psi working pressure. Valves are to ba sized as shown nn the drawings, installed with specified precast adjustable bax and caver. All two (2"} inch and smaller valves may be Dhio brass, or approved equals. ELECTRIC SECTION CONTROL VALVES All sectional control val�es are to be 24 VAC eleciric solenoid operated. Tiiey shall he sized, specified, and located on the p�ans, and shall be equipped with ilow adjustment st�:ms. Valves shall have plastic bodies and covers, and shall be glohe-type diaphragm valves of normally open design, CWP 1SO psi. The conirol valves and controIIer, as approved, must be of the same manufacturer. Only ane (l } electric section to operate at one time on any one cantroller. » � �� All wue between the irrigation system control unit and remote section control valves is to b.e copper, U.L, listed, Type iJF, PVC insulated No. ]4, suitable for direct burial and to conform in all raspects with the requirements iar a N.E.C. Class II circuit (3 D valts AC or less). Ail wire is to be color coded - - red for the "hot" Ieads to each of the control valve salenoids, and white for common neutral wire. WIRE CONNECTORS All direct burial wire connectors are to have a one-piece PVC housin� which, when �Iled vuith silicone, fonns a reusahle, one-piece, moisture proaf w�re spiice connector. All connectors are to be U.L. Listed, rated bOC, 500 volt, for PVC insulated wire. Da noi use epoxy types. VALVE BOXES A pre-cast box of tha type listed, or approved equal, shall be provided for as follows: A. Ball �alve boxes shall be 10 inch diameter, plastic Ametelc. B. Section Control Valves: 10" pla,stic for elec.valves AUTOMATIC LAWN SPRINKLER CONTROLLERS A. COI1tC0112r: T,...;..e+11�T A!"f�I1A .�.i+L, TTL7T'D...7;.. A Tif...yaa5. .�r;�1. C',�„.,-o . Huzzter PRO-C Controller with sur�e protection in stainless steel enclosure, B. RainlFreez� Sensor: Huttter WRF-CLIK Rain/Freeze sensor, install within 1,000 lf of cantroller, in line of sight. 22-28 VACIDC 100mA powex from t�mer transformer. Mount as noted. FLOW SEN50R A. Flow Sensor: Aracl AC Flow Meier PART 3 - EXECUTION CITY OF FORT WORTH I'ort WarW Nature Canter & Iteiuge Buardwalk Phase Il STA3�IDAIiD CONSTRUCTION SPECIFICATION DOCUNIENTS CiEy Project No. 102320 Ravised 5eptember 10, 2014 329D 10-4 IRTtIGATTON 3YS'TEM Page 4 of 6 3.41 DESIGN PR�SSUR� This irrigation system has been designed to operate wi#h a minimum e�sting triain water lina static presstat'a af 75 psi. The Contraetor will take a pressui�e reading priar to flrdering and insta�ling ihe system. If the pressure reading is different than that indieated, the Contractor will notify the ArchitecdEngineer so that the system rr�ay be re-sized if necessary. 3.U� TR.ENCHING Pez�form al] exca�atians as required for the instaIlation nf the work including under this seetion, including shoring of earth banks to prevent cave-ins. Restore alI surfaces, exisiing underground installations, ete., damaged or cut as a xesult of the exca�ations to and in a inanner approved by the owner. Trenchas shaIl be inade wide enough to allotW a ininimwn of 6 inches beiween pa�•allel pipe lines, Trenehes far p'rpe lin�s shalI be rr�ade of su�icient depths to provide the minimvm cover from finish grade as fallows: A. I8" minimum cover av�z irrigation lin�s for vehicle t�af�c areas. B. Minunum caver over irriga�ion lines to heads/dripline except �vehicle traffic areas area as follows: 1) 1�" min9mum� cover o�er lateral lines 2} 18" minnnum cover over mainline Maintain all warning signs, shai7ng, bai�ricades, flares and red lanterns as required by tha safety orders oi the division of industrial safety and local ordinances. 3.03 BACKFILLING A. After system %s operating and required tests and inspections have been made, backfill excavations and trenches with clean soil, free of rubbish. Initial backfill �naferial to b inehes above the top of pipe shall be fi�ee of rocks or stanes larger than one inch in diamete�•. Final back�ill mater•ial shall be free of rocics or stones larger than 3 inches in diatneter. B. Backfill for all trenches, regardless of the type of pipe covered, shalI be compacted to minimum 90% density. C. Goinpact t��enches in areas to be planted by thoroughly flooding the backfill. jettir�g process may ba used in thase areas. D. D�•ess o£f all areas to fmish g�•ades. 3.04 PII'E LAYING Polyvinyl chloride pipe sections and fittings shall be connected with approved PVC welding solvent, conform�ng to, and in accardanc� vvith the znanufacturer's recommendatians and the follo�ving proc�dures. All two (2"} inch and larger PVC pipe wilI have cieaner and heavy duty solv�nt used for installations. 3.0� PIPE JOINTS Pipe shall be square cut wi� no burr ends. Wipe all dirt and moisture fi'om �tfiings, then apply solvent to both. Stab pipe into socket of the fitting, rotate about pne-half tum ta spread solvent utzifarmly. Hold joint in place about fift�en {15} seconds for it to set. Do nat disturb far fiiteen (IS) minutes or ur�til the chemical weld is made. Do not use excessive solvenf. No PVC pipe is to be threaded for connection ta metal pipe oz• accessories, use oniy a PVC solvent j oint ta thread adapter. CITY OF FOItT WORTH Fort Word� Nature Cenber & Refuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1p232� Rar+ised Sep#embar 1D, 2014 32901D-5 �uarGATION SYSTEM Page 5 Qf6 3.06 VALVE AND VALVE BQX PLAC�MENT All gate �alves and automatic section control valves shall be set at the depth of pressure piping and shall be equipped with a val�e access sleeve, if huried. If �al�es are specified ta be in pre-cast boxes, they shall be set witki a minimum of twelve (12") inches of space betw�en their top surface and the finished grade. Valv�s after delivery shalI be drained to prevent freezing and shail have interiors cleanac� of all fareign matter before installation. Stuffing boxes shall be tightened and �alves shall be fullX opened and fully closed to ensure that aIl parts are in warking conditions. Coil wire in a"pig taii" fashion inside valve box. Valve boxes shall be set plumb, vertical and concentric with ihe valva siem. Any vaIve 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. 3.09 TESTING AND CHECIffNG A. B. C. D. E. Sprinkler/ Dripline Layout and Spacing Fnspection: Verifcation that the irrigaiion design is accurately installed in the field. Ii wil] also provide iar alteration or modification of the systein to meet field conditions. Spacing should be within 5% af the design spacing. Yipe installation Depth Inspection: All pipes in the system shall be installed to depths as previously described in Section 3.02 of these specifications. Open Trench Tnspection: The trench and all j�ints anc� every transifion in pipe size, will be open where open trench inspection is required. Ii13�l�Ct10IlS Wll] Ui pEl'�OIiIlP.L� �'011ghout the duration of the installatian. �nspection may be made by the City to ensure compliance with design intent, specif cations, and the irrigation codes. Hydrostatie TesYs: a. Request Ehe presence of the City Inspector in writing at least 48 Hours in ad�ance of testing. b. Testing ta be accomplished aY the expense of the confractor aMd in the presence of the City Inspection or approved representative. c. Center Ioad piping with small amount of bacl�fill to prevent arching or slipping under pressure. d. Applying continuou� and static water pressure of 1251'SI when welded plastic joints have cured at least 3 hours, and with the risers capped as follows: i. Mainline aud submains ta he fiested %r 2 haws ii. No pressure loss is allawed for salvent weld and rzzaanline pipe e. �'or PVC azzd O-Ring Gasket Pipe, the allowable leakage shall not exceed fhe niunber of gallons per hour as determined by the following formula: L=NDP11211,85D L= Allawahle Lealcage, in gallons per hour N = N�unber af Joinis D= Pipe Diameter, in inch�s P= Average Test Pressure, in PSI gauge f. Repair any leaks resulting fi�om tests. 3.08 CLEAN tTP Upon completion af the wor?� covea•ed in this project, all debris, rock, and s�uplus material resultiag froin the wark shall be remaved from the site af the project. C1TY OF FORT WORTH Fort Worth Nah�re Center & Rafuge Boardwalk Phase II STANDARD CONST'iZUCTION SFECIFICATION DOCUNfENTS City Project Na. 102320 Reviseci September LQ, 2014 329010-b TRRiGATION SYSTEM Page b af 6 3.04 GUAI2ANT�E The Cantxactor shal] guarantee all workmanship, materials, fixtures, and eyuipment covered by tha plans and speci�cation to be fi�ee of defects for a period of one (1) year from date of acceptanee of the project and shall replace any parts found fo be defective r�ithin the p�riod of guarantee at no cast to the �wner. 3.10 "RECORD OF INSTALLATION" DRAWING The Gonfractor shall pro�ide a neatly marked I�•rigation Plan showing triangulated locations aF all valves and showing any modifications of �he Qriginai irrigation system as faund in the contract docuinents. Show dim�ensions and locate �alves, pipe, heads, and vWire. "Recoi•d of Installation" ii�rigation drawings: Prepare an "As-BuiltlRecord" drawing on a blueprint which shall show deviatiions fram the bid documents made during construcfion affacting the main line pipe, cantroller locations, remote control �+alves and quick coupling �valves. The drawings shall also indicate and show approved substitutians of size, material and manufacturers name and catalog na�ne and catalog number. The drawings shalI be deIivered to the City/Landscape Arehitecf before final acceptance of wark. 3.11 SLEEVES A. Coniraetor for pa�ing to instaIl sleeves as shown on plans. END OF SE.G°TION 32 90 10 CITY OF FdRT WORTI� Fort Wurth Nature Center & Refuge Boardwalk Phase TT STANDAR.D CQNSTRUCTION SPECIFICATION J}OCUMENTS City FrajectNo. 10232D ILevised September 1p, 2014 32 9l 19 - 1 TOPSOIL YI,ACEMENT ANB FINISHING �F ROADWAY RIGHT-OF-WAYS Yage 1 of 3 t 2 SECT�ON 3� 9119 TOPSOIL PLACEMENT AND FIN.[SHING OF ROADWAY RTGHT-O�'-WAYS 3 PART1- GENERAL 4 1.1 SiTMMARY 5 1 6 7 8 9 2. 10 Section Includes: 1, Furnish and place topsoil to a minimum af 3-ineh depth unless otherwise shorvn on the Drawings within the Roadway Right-of ways (Roadway ROW includes medians and park�ways betwesn the curb and property line. Deviations fra�n this City of Fort Wor�h Standard 5pecification 1. None. 1 i 3. Related �pecification Sections iuclude but are not necessas�ily litnited to I2 1. Division U- Bidding Requirements, Contract Forms, and Candiiic�ns of the Contract 13 2. Division 1- General Requirements I4 1.� PRICE AND PAYiV�NT PROCEDURE� 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 �A�e�tt ^�-r�tem « » � 3. Measurement and pavment for this item shall be subsidiary to "�eeding", and the various items bid. Na separate nay will be all�wed for this item. 4. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 33 1,3 REFERENCES [NOT U�ED] 34 1.4 ADIVIINISTRATI�E REQUII2�MENTS [NOT USED] 35 X.� ACTION SUBNIITTALS [NOT U�ED] 36 1.6 ACT�ON SUBNII�"TALSIINFORMATION.AL SUBMITTALS [NOT USED] 37 1.� CL05EOUT SUBNIITTALS [NOT USED] 3$ 1.8 MAINTENANCE MATERIAL SiTBNIITTALS [NOT iISED] 39 1.9 QUALITY ASSURANCE [NOT USED] CITY OP FORT WORTl3 Fort Worth Nature Center & Refuge Bnardwaltc Phase II STANDAI�D CDN3TRUCTION 3PECiFICATION DOCUMENTS City Project A#o. 102320 Aevisad March 31, 2022 329119-2 TOPSQI�, PLA.CEIVIENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS Page 2 of 3 I 2 3 1.10 DELIVERY, STORAGE, AND HAI�IDLING [1VOT USED] 1.11 FIELD [SITE] CONDITIONS jNOT USED] 1.12 WARRANTY [NOT USED] 4 PART �. - PRODUCTS 5 2.1 OWNER-F[JRNi�HED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 6 2.2 MAT�RTAT�S 7 8 9 10 11 l2 13 14 15 16 17 1S 19 20 z� z2 23 24 25 26 1. Topsoii 1. Use easily cultivated, fertile iopsoil thai: a. Is free from objectionable material including subsail, weeds, clay lumps, non- soi� materials, roots, stumps or s�ones larger than 1.0 inches b. Has a high resistance to erosion a Is able to support plant growth d. Is at least 25% or�az�ic rnaterial 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City, Cantractor shal� have soil delivery tickets available upon request. 4. pH: 5.5 to 5.5. 5. Liquid Limit: 50 or less 6. Plasticity Index: 20 or le�s 7. Gradation: -^ ��, n� ..�+ �. �. h„ �nn ., , Th� barticle sizes shall be such that 9$.5% of the t�soiI will pass throu�.h a 112 inch screen, and 99% mvre �hall pas_s through a 314 inch screen. 8. Topsail shall be reviewe_d_/approved b� awner/landsca�e architect �rior to installation. Contractor to submit sainples in 1�al. contauier. 2. Water: C1ean and frea of industrial wastes and other subsfiances l�almful to the grorvtli ai vegetation 27 2.3 ACCESSORIES [NOT USED] 28 2.4 50URCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXEC[TTION 30 3.� INSTALLERS [NOT USED] 31 3.� EXAMINATION 1NOT IISED] 32 3.3 PREPARATION [NOT USED] 33 3.4 IN�TALLATION 34 1. Finishing of Parkways 35 1. Smoothly shap� parkways, shoulders, slopes, and ditches. 36 2. Cut parkways to finish grade priar to the placing af any improvements in or 37 adjacent to the roadway. C1TY OI' FORT WORTH Fort Wortl� Nature Center & Refuge Bosrdwalk Phase II STANDARD CO'NSTRUCTION SPECIFICATTON I]qCUML�NTS City Project Na. 102320 Revised Marel� l I, 2D22 329119-3 TQPSpT[, PLACEMENT AND FINISHING fl� ROADWAY RIGHT-�F-WAYS Page 3 of3 1 2 3 � S 5 7 8 9 10 ]l 12 13 14 15 16 T7 18 I9 2a 2l 22 3.� 23 3.6 24 3.i 3. In the event that unsuitab�e material far park�vays is �ncountered, axtend the depth of excavation in the parkways 6 inckzes 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. MaYimum:4:1 a City may approve variations from these requirements in special cases. 5. When�ver tile adjaeent prap�rty is 1ow�r than the desi�n curb grade and runoff drains away fram the street, the right-of-ways grade mus# be set level with the top af the curb. 6. The c�esign grade from th� right=af wa�+s axtends to the 1�ack of the walk line. 7. Farom that paint (behind the walk), the grade may slope up or down at rnaa�imum slope of 4: I . 2. Placing of Topsoil 1. Spreacl fhe tvpsoil to a unifarrn loose cover at the thicl�ness speci�ed. 2. Place and shape th� fopsoil as directed. a. Hand tamp or roll tapsoilsurface (with h�nd tamper or landscaping roller or oth.er accepted metliod) and finish a minilnum of 5 fe�t from a1I flatwark. b. Ensura topsoil is free frorn objectianable �aterial including subsoil, weeds, clay Iumps, non-soil materials, roots, stumps or stones larger than 1 A inches c. No additional topsail shouid be added within the critical root zane o� trees. 3. Tamp the topsoi! with a Iight roller or other suitable eyuipment. �pa.n�n�ESTo�TloN� �voT usEn� RE-INSTALLATION [NOT U�ED] FIELD QUALITY CONfiROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 2b 3.9 ADJUSTII�TG jNOT USED] 27 3.10 CLEAN7NG [NOT IISED] 28 3.i1 CLOSEOUT ACTIVITIES [N�T USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USEDj 31 314 ATTACAMENTS [NOT USED] 32 33 END OF SECTION Revision Log DATE NAME SUNIIVIARY OF CIIANGE 3/I ll2422 M Owen Revised tatle af specification and pro�vided clarifrcarions in Sections 1.1 Surnmary, 2.2 Materials 3.4 Install.ation 34 CITY pF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Pl�ase II STANDARD CON3TRUCTIOI*i SPECIFICATION DOCUMENTS City PrajectNo. 102320 Revised March 11, 2022 329213-1 I-�YDROMULCHING, SEBDING ANb SODDING Page f af 8 SECTION 3� 9� 13 HYDROMULCHTNG, SEEDING AND SODDING PART1- GENERAL 1.1 S iI1V1MARY A. Section Includes: 1. Furnishing and instailing grass sod and permanent seeding as shawn on Drawings, or as directed. B. Deviations fi•om this City of Fart Workh Standard Speci�cation 1. Sectian 1.I.A.l.c 2. Section 1.2.A.l.c C. R�lated Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Canditions of tlie Contract 2. Division 1- General Requirements 3. Section 32 91 19 -- Topsoil Placement and Finishing of Farkways 1.2 PRICE AND PAYMENT PROCEDUI2E� A, Measurement and Payznent z. ni,.,.i� c,.a n�8� �� �� �s��:e!rs :tr� [a�s!� :r� � � � �e7�s �!� Ir�all �7f � r„�+�:�: e�:s E�af e - - - ` - - ■ . � � � ■ 2. Seeding (Common Bexm.�da} a. Meas�rement 0 c. 1) Measurement for this Item shall be by the � square foat of Seed spread, as illustr�ted an the plans. Payment 1) The work perfarmed and materials furnished in accardanca with this Item and measured as provided under "Measurement" vyriIl be paid for at �he square fo.ot nrice bid for Seed placed %r various installation methods. 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) F��tilizer 5) Watering and znowing �unti� Final Acceptance� CITY OF FORT WaR'FH Fort Worth Nature Center &. Refuge Boardwallc Pitase iI STANDARD CDNSTRU�CTION SP�GIFICATIOAI ]70CUIV1ENT5 City Prpject No. 102320 Aevised September 1D, 2014 3z9zi3-z HYDRpMULCHING, SEEDINCr AI�lD $OI]DING Page 2 of 8 6) Disposal of surplus materials 7} Re-vegetatian o� anv additional disturbed areas. 3. Seedin_.g (Re-Ve�eYation) a. Measurement 1) Measurement for this Item shall he �er square foot, as� :rec�uired for re- ve etation for disturbed areas, b. Payment 1) The wark erfarmed and materials furnished in accordance with this Item and rneasured as provided under "Measurement" will be paid for at the unit price bid per square foot of seeding for re-ve et� a#ion• a The price bid shall include; 1) Furnishing and plaoing all Seed Z) Fumishin� and a�plving water for seed fertiIizer 3) Slurr,y and hydrauiic mulching 4} �ertilizer 5) Waterin� and �owist� (until Final Acceptance} 6} Disposal of surnlus materials 4. Mowing a. Measurement 1) Measurement for this Item s�all per each. b. Payment 1) The work performed and rnaterials fi�rnished in accordance with this Item and measured as providad under "Measurement" rvill be paid far at ti�a unii price bid pet eac�. c. M�asuremen� and pavment for this item s�a11 be subsidiary to "Seeding", and the varzous items bid. No separate �ay will be a.11awed for this item. � .3 REFERENCES [NOT USED] � .4 ADMII�TISTRATNE REQUlREME1�iT� [NOT USED] 1.� ACTIUN SUBNIITTALS [NOT USED] L6 INFORMATIONAL SUBNIITTALS A. Seed 1. Vendars' certification tbat seeds meet Texas State seed Iaw including: a, Testing �nd labeling for pure live seed (PLS) b. Name and type of seed 2. AII seed sh�li be tested in a laboratory with certified results presented to the City in writing, prinr to p3anting. 3. All seed to be ofthe previous season's crop and tlae date on the container shall be within 12 months of the seeding date. 4. Seed shall be HP-FGM Seed 1.7 CLOSEOUT �UBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 1.4 QUALITY AS�i]RANCE [NOT USED] 1.1D DELIVERY, STORAGE, AND IiANDLING A. Block Sod C1TY OF FORT WOIiTH Fort Worfh Nature CenYer & Refuge Boardwalk Phase II STANDt1RD CONSTRUCTION SPECIFICATI03�] DOCUMENTS City Project No. 102320 Revised Saptamber 10, 2014 32R213-3 IIT'DR4MULCHIIVG, 5EEDINC`r AND SO➢DII�G Page 3 of 8 1. Protect fram exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, sEed inust have been harvestad �vithin 100 miles of the construction site, 2. Each species af se�d shali be supp�ied in a separate, labeled container for acceptance by the City. C. Fertilizer 1. 1'rovide fertilizer 1�beled with fhe analysis. 2. Canform to Texas fertilizer law. l.� l. FIELD [STI'E] CONDITIONS [NOT T7SED] 1.12 WARRANTY [NOT USED] PART � - PRODUCTS [NOT U�ED] 2.1 OWNER-FUItN�HED PRODUCTS [NOT USED] �.� MATERIALS. �ND EQUIPMENT A. Materials 1. Bloc� Sod a. Sod Varieties (match existing if applicable) 1} "Stenotaphrum secundatum° (St. Augustine grass) 2) "Cynodon dactylon" (Comrr�on Bermudagrass) 3} "B�chlae dactyloides" {Buffalograss) 4) an approved hybrid of Comman Bennudagrass 5} or an approved Zoysiagrass b. Sod must contain stolons,leaf blad�s, rhizomes and raots. c. Sod shall be alive, healthy and free o.f insects, disease; s#onas, undesirable faxeig�n nnaterials and vveeds and grasses delaterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sad thickness: 3/4 inch e. Maximum grass height; 2 inches f. Acceptable growiug beds 1) St. Augustine grass sod: clay ar cIay loam topsail 2) Bermuda grasses and zoysia grasses: sand ar sandy loam soils g. Dimensions 1) Machine cut to uniform soil thickness. 2} Sod shall ba of equaI width and of a size that perrnits �he sod to be lifted, handled and rolled wi#hout breaking, h. Broke� or torn sod or sod with uneven ends sha11 be rejected. 2. Seed a. General ]) Plant a]] seed at rates based on pur� liv� seed (PLS} a) Pure Li�e Seed {PLS) determined using the farmula: {1) Percent Pure Li�e Seed = Percent Purity x[{Percent Germination-+- Perc�nt Firm ar Hard �eed) + 104] CITY OF FORT WORTH Fort Worth TIahzre Center & Refuge Boardwalk Phase II ST'�1NI7Al2D CQNSTRUCTTOI� SPECIFICATIqN D(}CLIMENTS City Project No. 10232D 12evised September 10, 2014 329213-4 IIYI?ROMCTLCHING, SEEDI3�1G ANB SODDINCT Page 4 of 8 2) Availabiliry of.Seed a) Substitution of individual seed types due to lack of a�ailability may he permitted by the City at the time of planting. b} Notify the City prior to biddiug of difficulties locating certain species, 3) Weed see,el a) Not exceed ten percent by weight of the total of pure live seed �PLS) and other material in the mi�ure b) Seed not allpwed; (1) J'ohr�songrass (2) Nutgrass se�d 4) Harvest saed �vithin 1-year priar to planting b. Nan-native Grass Seed 1) Plant between Apri1 l5 and September 10 �,bs. Common Name Botanical Name Purity Germination PLS/Acre {peXcent) {p�reent) 25 Bermuda (unhulIed) cynodo�t dactylon 85 40 75 Bermuda (hulled) cynodan dactylo�a 95 90 2} Plant between September 10 and April 15 Lbs. Common Name Bataraical Nam� Purity G�rnvnation PLSIAere (percent) (percent} 220 Rye Grass lolium mu7nflarum g5 90 75 B�rmuda (unhuIled) cynoa'on dactylon 95 90 a Native Grass Seed 1) Plant hetween February 1 and October 1. Lbs. PLS/Acre Common Name Batanical Natne 1.�i Gr�en �pr�ngIetop Leptochdoa duhia 5.5 Sideoats Gzama* Bou%loua curiipendula 3.7 Liftle Bluestem* Schizachyrium scopariura� 17.0 Buffalograss Buchloe dactyloides 1.8 lndian Grass* Sorghastrum rrutaJas �.5 Sand Lovegrass� Eragrostis trichodes G.0 Bi$ Btuestem Andropogon gerardu 8.0 Eastern Grauia Tripscacum dactyloides 1.2 Blue Grama Bouteloua gtacilis 1.$ Switchgrass Panicum virgatum 10.D Prairie Wildrye* E7ymus carraderrsis d. Wildflow�r Seed 1) Plant between the following: a) March 5 and May 31 b} September 1 and December l Lbs. PT.SIAere Cpmmon Name 3.0 Bush Sunflower 5.Q Butterfly Weed 2.0 Clasping Caneflower* 3.0 Golden - Wava cr�-Sr aF Foxr waxrx STANDARD CONSIRUCTION SPECIFICATIDN DOCiJMENTS Revised September 10, 2D14 Botanica7 Name Szrrsia calva Asclepias tubero.�a Rua`$eckia a�nplexicaulas Coreopsis basalas Fort Worth Nature Center 8c Refuge Boardwalk Phase lI City Project No. 1Q2320 329213-5 I-IYDROMULCHING, SEEDING AND SODDING Paga S of 8 13.4 IIlinais Bundleflower Desmanthus illfraoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Yerbena bipinnatifida 8.0 Texas Yellow Star Lindheirraeri texana 8A Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rud6eckia hirta ] 8.0 Gutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Careopsis Coreopsis tinctoraa 8.0 Searlei Sage Salvia coccinea *not to be planted within ten feet of a i•oad or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant se.eds. 3. Mulch a. �'or use with conventional meehanical o.r hydraulic planting of seed. b, Waod cellulose �ber produced fram virgin waod or recycled paper-by-products {waste products from paper mills ar recycled newspaper}. c. No growth or gei�nination inhibiting faetors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder ivrm. f. Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable conditian for distribution b. Applied unifarmly over the planted area c. Analysis 1} 16-20-0 2} 16-8-5 d. Ferkilizer rate: 1} Not required for wildflower seeding 2} Newly established seeding areas - 140 pounds of nitrogen per acre 3} Established seeding areas - 150 pounds of niixogeu per acre 5. Tapsoil: See Sectian 32 91 19. 6. Watar: clean a�nd free of industrial wasi�s or ather subs�ances harrnf�l to the getmination of the seed ar to the growth of the vegetation. 7. Soil Reteniion Blanket a. "Curlex I" fi�am American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 7G041, 1-804-777-SOTL ar appraved equal. CITY O�' FORT WORTH Fort V�arth Nature Cenfcr & Refu�e Boardwalk Phase II STANDAIiD CONSTRUCTION SPECIFICATION 1�dCCJMENTS City Project No. 102320 Rev�sed September 10, 2014 32R2i3-6 IIYI)RdMULCHING, SEEDING ANII SdDI]Ii�G Page 6 af 8 �.3 ACCESSORIES [NOT USED] �.4 50URCE QUALITY CONTROL [NOT USED] PART 3 - E7�CIITION [NOT iTSED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparaiion: clear surface of all material including: 1. Stumps, stones, and other objects larger than on� inch. 2. Roots, brush, wite, stalces, etc. 3. Any objeats that may interFere with seeding or maintenance. B. Tilling 1. Coxnpacted areas: till 1 inch deep 2. Areas slaped greater than 3:1: run a txactor paraIIel to slope to provid� less seed/water run-ofF 3. Areas near trees: Da not till deeper than 112 inch inside "drip line" of trees. 3.4 INSTALLATION A. Block Sodding 1. General a. Place sod betvuee� curb azid walk and on terraces t�at is the same type grass as adjacent grass or e�sting lawn. b. Pla.nt between the avera�� last freeze date in the sgring and 6 weeks prior to �he average first freeze in the fall. 2. Installation a. P1ant sod specifiad after the area has been completed to the lines and grades shown on fihe Drawings vvith 6 inches of topsoil. b. Use care ta retain native soil an the roats of the sod during the process of excavating, hauling and planting. c. Kaep sod material moist from tha time it is dug until planted. d. Place sod so �hat the entiire area designated for sodding is covered. e. FiII voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contaet with tapsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) drive� through the sod block to the firm earth in areas �hat may slide due to the height or slope af the surface ar nature of the soil. 3. Watering and Finishing a. Furnish �v ater as an ancillary cast to Contractor by means of temporary meteri�g / inrigation, �uater �ruck ar by any other methad neeessary to achieve an accepfable stand af turf as defined in 3.13.B. b. Tk�.oroughly water sod imm�diately after planted. c. Water until established. CITY DF FORT WORTH Fart Worth. t�lature Center & iiefuga Boardwalk Phase II STANDARD CONS'PRUC'I`ION SPECIFICATION DOCUIvIENT� City Project No. 10232D Revised 5eptem6er 10, 2014 329213-7 HYDROMULCHITIG, SEEDI�FG AND 50DD1NG Page 7 af 8 d. Ganerally, an amount of water that is egual to the a�verag� amount of rainiall plus 1/2 inch per week should be applied until accep#ed. if applicable, plant Iarge areas by irrigation zon�s to �nsure ar�as are watered as soon as they are planted. B. Seeding 1. General a. Seed only tho�e areas indicated on t�e Drawings and axeas disturbed by construction. b. Maark each area to be seeded in the �eld prior io seeding for Cit}� appraval. Z. Broadcast Seeding a. Broadcast seed in 2 directiflns at right angles to each other. b. Harraw or ralce lightly ta eover seed. c. Ne�er cover seed with more soil than twice its diameter, d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remo�e grass clippings, so seed can make contact rvith tl�s soil. 3. Meal�anically Seeding (Drilling}: a. Unifoimly distribute seed over the areas shown on fihe Dra�ings or as directed. b. All varieties of seed and feriilizer may ba distributed at the sazne tnne provided that each component is uniformly applied at the specified rate, c. Drill seed at a depth of 114 inch to 3/8 inch ut�lizing a pastura or rangeland type drill. d, Drill an the contaur oi slopes e. After planting roll with a roller integral to the seed drill, or a carrugated roller af �he "Cultipacker" type. f. Rall slope axeas on the contaur. 4. Hydramulching a. Mi�ting: Seed, mulch, %rtilizer and water may be m�ed pravided that: 1) Mixture is uniforrnly suspend�d to form a homagenous slurry. 2) Mixture forrns a blotter-like ground covar impregnated uniformly with grass seed. 3} Mi�iure is applied within 30 minutes after placed in the equipmeiit. b. Placing 1} Uniformly distribute in the quantity specifiad over the areas shown on the Drawings or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area, 6. Watering a. F�arnish water by means o�temporary mefiering / irrigation, water truck or by any other method necessary ta achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a m�inimurn deptla of 4 inclaes within 48 hours af seeding, c. Water as d'uect by t11e City at Ieast tvviee daily for 14 days after seeding in such a rnanner a� to prevent washing of the slopes or disladgemez�# of the seed. d. Water until imaI acceptance, e. Generally, an aznaunt o�'water that is equal to the average axnount of rainfall plus 1/2 inch per week should be applied untiI accepted. CI'I'Y DF FdRT W�RTH Fort Worth Nature Center & Refuge Boardwalk Phase Ii STANDA,RD C�NSTRUCTION 5PECIFICATIdN DOCUM�AITS City ProjactNo. 102326 Revised Septem6er 10, 2014 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 3.5 REPAIRIRESTORATION 1. Cantractor shall re-establish any disturbed areas with seed, and provide temporary_ vvatering antil permanent la�vn covera�e is established. 2. Saedin and waterin far restoration of disturbed areas shall be se�bsidia to this conttact. 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTOP [NOT U�ED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTNITIES 3.12 PROTECTION jNOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until coznpletion an.d #`znal acceptance of the Project or as directed by the City. 2. Sod shaI� nat 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 soci until completion and final acceptance of the Project or as direcfied hy the City. 2. Maintain th� seeded ar�a until each of the foilowix�g as achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas 3. Turf will be accepted once fully estabTished. a. Seeded area must have l 00 percent growth ta a height of 3 inches with 1 maw cyele performed by the Cantractor prior to consid�ration of accepfance by the Ciiy. C. Rejection 1. City may reject black sod ar seeded area an the basis of weed populatians. 3.14 ATTACAMENTS [NOT USED] END OF SECTI011T Revision Log DA� I N� c�a� o� Foxr wox� STANDARB CON5IRUCTION SPECIFICATION DOCiJ3VlENTS I2evised September la, 2014 SUMNfARY OF CHANGE �nrt Worfh Nature Gent�r & Refuge Baardwalk 1'hase 11 City Praject No. 102320 329343-1 TREES AND SHRUI35 Page 1 af 10 SECTION 3� 93 43 TREES AND SHRUBS PART1- GENERAL 1.1 SiJNIl1�A�2Y A. Sec�ion Includes: 1. Tree and shruh pla�iting and maintenance within street right-of-way and easerrients. 2. Tree removal and transplant is ta be perfo:rnned in accordance with S�ction 31 1� 00 B. Deviations from this City of Fort Wort�Z Standard Specifcation 1. 1.2 - Price and Payment Procedures 2. 1.12 - Warranty 3. 2.23c - Topsoil Products 4. 3.13.A - Ma.intenance Period 5. 3.4.A.16 -- Installation of Mulch C. Related Specificafiion Sections include, but are nof necessarily limited to; 1. Divisian 0- Bidding Requirements, Contract Foi�ns, and Conditions of ihe Contract 2, I�ivision 1- Genaral Requirements 3. S�ctian 31 10 00 — Site Clearing 4. Sactian 32 92 13 - Hydrornu�chin�, Seeding ar�d Sodding 5. Sectian 32 91 19 - Topsail Placement and Finishing of Pa�rkways 1.� PRICE AND PAYMCNT PROCEDURES A. Measurement and Payment 1 Dl.,«+ T...,., ¢ A�fn .�+ �. R&�-;�oz�i . l�`F#G��3e�f���f�,.;,,�., �,,..,,..�.,,a • �..a.,.�.,,, . ,;4c. +w;,, r+.,.... ccriuia-rarrn3riracr'rnriccrn�rcnmvv-dPrcrrcm� cc� cc » z1 L7���..�1.' � ^��ace�#�e� ���� � 2. Measurement and �ayment fo�� this it�m shalt be subsidiary to "Mulch Beds", and the various items bid. a. The price bid shall include: 1) Furnishin and installin xnulch CITY OP PORT WQRTH Part Worth I+�a[ure Center & Refuge Boardwalk Phase ll STANDARD CONSTRUCTION SPHCIFICATION DOCU1�11ENTS City Prnject Na. 10232p Revised September I0, 2014 329343-2 TREES AND SIiRiIBS Page 2 of 10 2) Haulin� 3) Gradin� and backfillin� 4) Excaua�ion 5) Remavin� ar�d disposing of surplus material � 1.3 REFERENCES A. Reference Standards 1. Referance standards cited in this speci�ication refer to the current reference standard published at the time af �he latest revision date logged at the end of this specificatian, unless a date is specifically cited. 2. American National Standards Institate (ANSIj: a. ANSI Z60.1, Ameriean Standard far Nursery Stnck 3. Hortus Third, The Staff of Yhe L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York, 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� ACTI�N SUBMiTTALS [NDT USED] 1.6 INFORII�ATIONAL �UBNIITTALS A. Tree data: Su�mit certificatian from supplier that each type of tree conforms #o specification requirements. 1.7 CLOSEOUT SUBNIITTALS [NOT USEDj 1.8 MAINTENANCE MATERIAL SUSNIITTALS �NOT IISED] 1,9 QUAL�TY A�SURANCE A. Coordina�ion 1. Coordinate with City Forester prior to beginning construction activiti�s adjaeent to or that will impact ez�isting trees and shrubs. B. Qualif'ications l. Landscaper specialized in landscape and planting work C. �ubstifutions 1. Not permitted unlass approved by City when specified planting material is not obtainable a. Submit proof of non-auailability #ogether with praposal for use of equivalent material. 6. 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 cantainer grown stock from containers befora time of planting. B. Deliv�ry and Acceptance Requirernents 1. Ship trees with Cerkificates of Inspectian as required hy governing authorities. 2. Label each tree and shrub with securely attached waterproof tag b�aring legible designafiinn of botanical and common narne. CITY OF FORT WORTfI Fort Worth Natura Center & Refuge Boardwalk Phase lj STANDARI] GQNSTRIICTION SPECIFICA7'ION DOCUIvieN1'S Ciry Project I�Io. 102326 Ite�ised 5eptemher 10, 2014 32 93 43 - 3 TREESANDSHKUB$ Page3of10 3. Use protective covering during deli�vary. 4. Deliver packaged m.aterials in fu11y labeled original containers showing vveight, anaiysis and name of manufacturer. C. Storage and Handling Requirements 1. Pratect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do nat bend or bind-tie trees or shrubs in sueh manner as to damage bark, break bra.inches, o:r destroy naiural sllape. �..11 FIELD CONDTI'�ONS [NOT U�ED] 1.12 WARRANTY A. Warranty Period: '� 18 months after job acceptance B. Warrant trees against defects including: 1. Death 2. Unsatisfactory growth 3. Loss of sl�ape due to irmproper pruning, maintenance, ar r�+eather conditians C. Pluznb leaning trees during warranty period. D. Remove and replace trees found to be dead during warranty periad. E. Remove and replace trees which are in doubtFul condition at end of warranty period, or when approved by City, eariend warranty period �'or ��ees for full growing. season. PART 2 - PRODiTCTS 2.1 OWNER-FURNiSHED PRODUCT� [NOT USED] �.� MAT�RIALS 1. Genaral a, Plants shall be true to species a.nd va�riety specified, g�-own under clizaaatic canditions similar to thase in the locality of the praject for at least 2 years and have been freshly dug during the rnost recen# favox�abla harvest season. b. All plant names and descriptions are as defined in Hortxes Thi�d, c. All plants are ta be grown and harvested in accordarice with fihe American Standard for N�r�sery Stock d. Unless approved by the City Forester, plants shall have been grovwn in a latitude nat more thazi 200 zniles north or south of the latitude of the proj�ct unles� the pravenance af the plant can be do.cumente.d to be compatible with the latitude and cold hardiness zane of the planting location. 2. Trees a. Provide eontainer grown lrees �vhich are straight and syiiunetrical and l�ave pexsistently preferred main ieader. b. Mark the tree's north drientation in the nu�sery for aIl deeiduous trees grown in the field with a 1-iunch dianneter spot of white pai:nt on Yhe tree trunk within Yhe bott�m iwelve inches of tha trunk. CITY QF POItT WOItTi-i Fort Worth Nature Centar & Rafuge Soardwalk Phase II STI�IVDARI7 CONS`f1tUC'TION Sl'��Cl�'ICATION DQC�J�CNTS City }'roject No. 102320 Revised Septemher 10, 2074 329343-4 TREES ANP SHRUBS Page 4 of 1 p e. � e. f. g• a) Diseasa b) Insects c} Eggs d) Larvae e) Defects such as: (1) Knats (2) Sun-scald (3) Injuries (4) Abrasians (5) Disfigurement (6) Borers and in%stations Crown shall be in goad overalI proportion to entire height of tree with branching eanfiguration as recommrende.d by ANSI Z60.1 for type and species speciiied. Trees designated as balled and hurlapped (B&B} shall be properly dug with fitm, natueal balls of soil retaining as many iihraus roats as possible, in sizes and shapes as specified in the American 5#andard for Nursery Stock. Balls shall be firmly wrapped with nonsyn�hetic, rottable burlap and secured with nails and heavy, nonsyntheiic, rottable twine. The root collar shalI be apparent at surface of ha.11. Trees with loose, bro�Cen, processed, or manufactured root balls will not be accep#ed, except with special written approval hefare planting. Wher� clurnp is specified, furnish plant having minimum of three stems originating from common base at ground line. Measure trees by average caliper of trunk as follows: 1} For trunks up to 4 inch�s or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunl�s more than 4 inches, measure caliper 12 inches above top of root ball. 3) Calip�r measurements a) By diameter tape measure b) Indicated calipers on Drawings are minimutn c) Averaging of plant caliber: not permitted Trees shall canform ta fallowing requirements: 1) Healthy 2) Vigorous stock 3) Grown in recognized nursery 4) Free o� 3, Sail Products a. To�soil: See 32 91 19, b. Peat mos� and fertilizer: Use material recommended by City Forester for establishment of �ealthy stoe�C after replanting. c. All lantin beds to be to dressed with a minimum of 4" "Rustic Cut Hardr7vood Mulch" by Soil Building Solutions (or a�pro�ed e.qual) and meet the following conditions L) pH:6.5�8.5 2) It sl�all be free of man-mac�e �'oreign matter, l�rnber, treated rnaterials, uallets, �rass and leaves. 3) No particle size should exceed 3.5" in leng#h. CITY OF F�RT WORTH Fort Worlh Nature Ceuter &�tefuge Boardwallt Phase II STANDARA CONSTRUCT[ON SPECIFICATION DOCUMENTS City I'roject No, 102320 Revised September 10, 2014 329343-5 TRE�S AIVI7 SHRUBS Page 5 of 10 d. All landscape bed areas to be prepared usin� "Read,y to Plant Beddiug Miac" bX Soil Buildin� Solutions (or a�proved equal) and meet tha %llo�in� co�difions 1) It shall be a mixtura of 50% compost with 50% screened and weed-free native soil and screened sharp sand. 2) 98.5% of the planti� bed soil particles vuill pass throu�h a 1/2 inch screen and 99% or more shall pass throu�h a 3/4 inch screen. 3) Colar will be a medium bro�vn with a weight of 1900-22501bs. per cu�ic ,+�(depending an the moisture content.� 4) Install to depths per plantua� details ($" dapth min.� S) �inished grades of�lantin� beds to be 2" belovv �nished g�ade of adjacent t�auuig or as shown on grading plan. 4. Stakas and Guys a. Provide minimum $-foat Iong steel T-s�akes and 1 inch wide plastic tree chains. b, Wlaere applicable far anchorin.g trees, use wood deadmen: 1) Minimum: 2-inah by 4-inch stock 2) Minimum: 36 i�iches lang and buried 3%et. 3) Provide vvhite surveyor's plastic tape for flagging tree �uys, S. Tree Wrap, Tvvine and Seal a. W�•ap 1) �`irst quality 2) Bituminous impregnated tape 3) Carrugated or crege paper, specifically �nanufaetured for tree wrapping and having qualiti�s to resist insect infestation � c. Twine 1) Lightily tarred, medium-eoarse sisal (]�th) yarn 2) Do not use nails or staples to fasten wrapping Seal: Commercially avaiIable tree wound dressing specifically produced for use in sealing trea cuts and r�vounds 6. Water: clean and free of industrial wastes ox other substanees haarznful to tlae growth o£ t�e tree �,3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior ta installation, of location where trees that have been selected far pianting may be inspected. B. Plant ma�erial will be inspected for compliance with following reyuiremants, 1. Genus, specias, �ariety, size and quality 2. Size and condition of balls and raot systems, insects, injuries and latent defects PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION jNOT USED] 3.3 PREPARATION A. General CITY OF FORT WORTH Fort Worth Nature Center & Refuge Baardrvalk Phase II STANbAKll CONSTRUCTION SPECTPICATI4N AOCUIVIENTS City Projact No, 102320 Revised 5apte�nber 10, 2014 sa93aa-� TRR.Rs Arm s�uzuss Page b of 10 1. Schedule work so t�at planting can proceed rapidly as portions of site become available. 2. Piant trees a�ter final grades are estab�isned and prior to seeding or sodding. 3. When planting of trees accurs after seedi�g wark, protect seeded areas and promptiy repair damage to seeded areas resulting from tree planting operations in compliance vvith requirements of Scction 32 92 13. 4. Layout individual trees at locations �hown on Drawings. 5. rn case of conflicts, notify City before proceeding with wark, 6. Stalce trees For City approval. B. Preparation of Planting Sail 1. Before m�ing, cleazz topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant grovuth, 2. Strip and util'tze 4 inch layer oitop soil from existing ground. 3. Delay znixing of fertilizer when planting will nnt follo�+ placi�g of planting soil within 48 hours. 4. Incorporate amenciments into sail as part of soil preparatian process priar to fine grading, fartilizing, and plantiug. S. Broadcast or sprread arnendments evenly at specified rate ov�r planting ar�a. 6. Thoroughly incorporate amendments into top 3 or 4 inches af sail until amend�rtents are pulverized and have becorne homageneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or i�enches with vertical sides and with bottom of excavation raised mi�vmum of 6 inches at center for proper drainage. 2. Pro�ide following minimum rvidths: a. 15 galIon containers or farger, 2 feet wider t�an diam eter of root ball b. 1 and S gallon cantainers, 6 inches wider #han diameter of root ball 3. When canditions detrimental to plant growth are encountered, such as nnsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver teees after preparations for planting have been completed and plant irnmediately. 5, When pianting is delayed znore than 6 hours after delivery a. Set trees and shruhs in shade. b. Protect fram vveather and mecha,nical damag�. c. Keep roots moist by eavering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom vf the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees hy their trunk as a lever in positioning ox moving the tree in the planting area. CITY OF FORT WpRTH Fort Worth Nahue Cenfer & Refuge Soardwalk Phase I[ STANi]ARI] CQNSTRUCTION SPEC1FfCATION DpCUMENTS City Project I+fo. 10232D 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. Pu11 roots out o�the raot inat, and cut circling roots with a sharp lenife. Loosen tlie polting medium and shal�e away from the root mat. Immadiately after removing the container, install the pIant such that the roots c�o not dry a�at. Pack planting �nix araund the exposed �•oots while planting. 8. Cut ropes ar strings frorn the top of root ba11s and trees a$er plant has been set. Reinave buriap ar cloth wrapping and any wire baskets froin around top half o.f balls, Da nat turn �nder and bury portians of burlap at tap of ball. S�t ball�d and. burlapped trees in the h�le with the no�th marker facing north. 9. Set raot ba11 on undisturhed soil in center of pit or �rench and pIumb plant. 10. Place plants at level that, after settlement, natural relafionship of plant crown with ground surfaca will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backf'ill and elizninata vaids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before piacing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish fiop of backfiill to allo�v far muIching. 1 S. Mulch pits, trenches and planted areas. a. All trees, sllrnbs and other plantings will be mulched with malch previously apprvved by the City Forester. The mulch an trees and shrubs shall be to the depths shown on the draroving. Mulch must nat be placed wifhin 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 i:nch thickness of mulch, wark into top af 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 carrect defects in the tree structure, including removal of injured branch�s, dauble leaders, watersprouts, suckers, and interfering branches. Healthy io�ver branches and interior small twigs should not be removed excapt as necessary to cleax walks and roads. In no cas� should more than 1/4 of the branching structure be removed. Retain fihe normal shape of tlae plant. b, All pruning shall be compteted using clean sharp tools. All cuts shall be clean and stnooth, with the 6ark intact with na rough edges ar tears. c. Except in circumstances dictated by the needs of speciize pruning practices, tree paint �hall not be used. The use of #ree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated a.nd mar�ufactured far horticultural use. 19. Frune trees to retain required heigl�t and spread. 20. Do not cut tree leaders, and remave only injured and dead branches frorn flowering trees. 21. Retnove. and replace excessively pruned ar misformed stock rasulting from lmproper pruning. CITY QF FORT WQATH Fort Worth Nature C enter & Refuge Boardwalk Phase II STANDARD CONSTRUCTIOI�I SPECIFICATION D�CLTMENTS City Project No, 102320 Reeised September 10, 2014 329343-5 TItEES E1ND SHRUBS Page S of lfl 22. Inspect tree trunks for injury, improper pruning and inseet infestation and take coxrecfive measures. 23. Guy and stake trees immediately after planting. B. Moving E�sting Trees 1. Coordinate tree moving and replanting with City Forester during dormant gr4wih SE7S01?. 2. Provide tr�e spade of adayuate size as directed b�+ City Forester. 3.� REPAiR/RE,�TORAT�ON [NOT USED] 3.b RE-INST,ALLATION [NOT U�ED] 3.'i FIELD QUALITY CONTROL A. City may reject unsatisfactozy ar defective material at anytizne during progress of wark. B. Remove rejected trees immediateiy frorn site and replace with speci�ed materials. C. Flant material not installed in accardance witii these Specifications wil( be rejected. D. An inspection to determine final acce�tance will be canducted by City at end of� 18 month tnaintenanee period. E. Warranty periods provided for in paragraph 1.12A. 3.8 SYSTENi STARTUP [NOT USED] 3.9 ADJUSTING [NOT IISED] 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 locakion. C. Waste Matarial Disposal: On-site burning of combus�ible cleared materials shall not be pez�znitted. 3.11 CLOSEUUT ACTIVIT�ES [NOT USED] 3.12 PROTECTION A. Pratect planting work and materials from damage due to planting operations. B. Maintain proteetion during installation and maintenance period. C. Treat, repair, ar replace damaged plar�ting wark. 3.13 MAINTENANCE A. Maintenance Period shall be �e� 18 Manths after final acceptance. The Ci reserves �he ri�;ht tv extend the maintenance period for up to an additional s� �6� months�. The unit price(s) of additional serviceL} will be fihe same as the contract price(s). The contractor's respansibilities will be to maintain and tnake necessary r�pairs and/or replacemants to all plants, mow strips, edging, mulch, and irrigation system(s) within the pIantin� bed areas as shown on �lans, for tha duration nf the maintena�ce neriod. CITX OF FORT WORTH Fort Worth Nature Center 8c Refuge Boardwalk Pliase Il STANDART3 CONSTRUCTION SPECIFICATiON DOCUMENTS City ProjectNo. ]02320 Iievised September i0, 2014 �z g3 as - � Tx��s .a�vn S�uBs Page 9 of 10 B. During the maintenance periad if a worI� schedule and frequency are nat shown on the Drawings, perform t1�e min�num requirements shown below: 1. Water trees io full depfih a minimuffi af once each week or as required to maintain heal�y, vigorous growth. 2.. Frune, culiavate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair sta�Ce and guy supports, and resat trees and shrubs to proper grades or vertical pasition as reyuired. 5. Restore ar replace dama�ed wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 7, Repairs to washouts, ruts, eroded areas, and e�cessive ed� drop offs. 8, Replenishment of mulch as needed to maintain,2" inui. settled depth. 9. Remo�ve li�ar from 1p anting bed araes as needed, (muiimum lx per week}. I0. Trees, ornamental �rasses, and shz•ubs wiIl receive fertilizez once annuaIly during the maintenance period. The application for all t�ees shall be a�ranular fertilizer, 50% slovv release, with N-P-K ratio oi 1 �-10-10 at a rate of 1/z ponnd e�enl��read over a diameter of ten faet (10'1 surrounding thie tree trunk. The ap�licaiian for oz�namental grassas and shrubs shall be a granular �ertilizer, 54% slow re�ease, with N-P-I� ratio of 10-I4-1 p at a rate of S pounds per 1,000 sf. ] 1, All tree caxe must be super�ised by an Internatianal Societv of,Arboricultuxe (ISA} Certified Arborist. Provide pxoof af experience upon request of the engineer, Remove tr_ee stakin��uying one ,year af�er installation, For t7rees outside of bed areas, maxntain a four fe�t (4) mulch rin�, free of grass and weeds. 12. Prune trees ini accordanc� with ANSI A300 requirements. RemQve dead, diseased, or dama�ed limbs on trees within 10 days of discoverv. Prune trees a minimum of lx par year, and at the discretion oithe Citv. Avoid pri�nin� trees between Februar,y 15 a.nd June 15, 13, Maintenance of ornamental grass and shrubs shall 1?e_supervised bv either an Arxzerican S.ociei�+ of Horticultural Soi�nce (ASHA) Certified HorticulLurist; or by a Te�as Nursery & Landscane Associatian (TNLA) Certified Nursery Professional. 14. Sharub and r� ass �runin� shall b� parformed in a manner to maintain the natural shape of Fhe.�ant materials, and `box', `hedge', and `lolli-pop' prunin� slaall not be uermitted. Provide �he following for ornamental �rasses: a. Low ornamental �rasses shall b� cut low to a finished heighi of iive inches f5"� nnee a.nnually, in the month of Januar� b. Bluestem �rassas shall b� but to a finished height of ei t inches (,8", twice annuall,y. O�ce in late F�bruary, and once in early July. c. Lar e ornamental asses shall be cut to a finish. ed hei t of ei ht inches 8" ance annnall in la�e Febru 15. Confractar shaIl renlace an�plant that does not survive. It shall be renlaced as soan as it �s detez`mined no lauger alive. Contractor is ta maintain new plants as described abave until growth is established and maintenance periad e�nires unless waived by the Citv. C. General Maintena�nce Notes and Sp�cification Data CTTY OF FORT WORTH Port Warth Nature Ceniar & Refu�a Boardwalk Phasa II STANDARD CONSTRUCTIOt� SPECIFICATION �OCUNFENTS City ProjectNo. 10232U Revised September 10, 2014 32 93 43-10 TREES AN1.3 SI�RUB3 Page 10 of 10 1. Repair or re laceU -- all dama�ed materials, regardIess of the causes, includin� dama�e c�r loss caused by fihe Contractor, third parties, or acts of riature. Repairheplac�ments will talce place within ten (141 calendar days of the notification. At the direction ofthe City, nlant ma#erial will be replaced at the start of the next plaaatin� season. In such cases, re�nove dead plants i�nmediatel,y. Plant and irri�ation maintenance work perforrned durin�? this_maintenance period will be naid for at the unit t�rice for "Landscape and Irri�;ation Maintenance". All repairs and replacements are subsidiar� to the "Landscape and Irrigation Maintenance" bid ite�n. 2. Maintain a weekly account of all activiiies during, the maintenance period, The record will be typed and p�aced �n a t�ree ring binder and will contain, at a minimum, the followin it� ems: � a. Descriptian of wark b. Da#e be�un and finished c. Materials used d. Rates Qf a�nlication e. List of damaged materials to be repaired/replaced f. List of items being repaired/replaced 3.14 ATTAC�IlY�NTS [NOT iFSED] END OF SECTION Revision Log DATE NAME SUMMARY OF CIIANGE 1.1.A — Payment Items r�moved for tree removal and transplantation; these Items are to be performed in aceordance with Se�tion 31 10 00. 1 2120/20 1 2 D. Johnson 3.13.A — modified mainten2nce pe�•iod to begu► 12 monihs �fter final acoepfance 3,13.B — Modified maintenance p�riod requireinenta CITY OF FORT WORTH Fort Worth Nature Center 8c. Refuge Boardwalk Phase �T STA�iDARD CONS'I'RUCTION SYLCIPICATION DOCUML�fTS City Project No. 102320 Revised Septemb.er 10, 2014 329345-i TREE PROTECTIQN Page 1 of 3 SECTION 3� 93 4� TR�E PROTECTION PART1- G�NERAL 1.1 SiJM1VIARY A. Section I�icludes 1. Protection of trees to rremain in place from %liage, irunk, and root damage that may result frnm canstruc�ion aperations. B. Related Specification Sections include but are not necessariiy limited to i. Division Q- Bidding Requir�ments, Cantract Farms, and Conditions of the Contraet. 2. Dir�ision 1- General Requirements. 1.2 PRICE AND PAYIVIENT PROCED�URES A. Measur�m�nt and Payment l. Measurement a. This item is considered subsidiary to the various bid items in the proposal. 2. Payment a. The work perfoxmed and the z3naterials furnish�d in aacardance with this Iiem are �ubsidiary �o 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. Protectian 1. Protect trees and shrubs that are to remain in place from foliage, irunk and root damage that may result �'rozn eonstruction operations. 2. Preserve all trees not indicated on drawings to be rem�ved. 3. 11�Iaintain all plant materials wifihin the protection fencing ii1 a healthy, vigoraus condition, including watering, fertilizing, prunin�, pe� oonirol, and any other activities deemed necessary by the arborist ta ensure the viability and vigor of the protected plant materials. 4. A qualified arborist sha11 pe�orzn nnonthly site �visits documented in accordance with monthly iree care and maintenance reports. a. Perform tree care and znaintenance work in accordance with the qualified arborist's recommendations during the executian ofthe wark. S. Protect tre�s that are to remain from the following da�age: a. Compactian af root a:rea by mat�rial s�orage. CITY QF FORT WORTH Fort Warth Nature Center & Refuge Boardrvalk Phase I] STANDARb CC3IVSTAUCTIpN SPEG3FICATION DOCUMENTS Gity ProjecE T�1o. 102320 Revised September lQ, 2Q14 329345-2 TI�E PROT�CTTON Page 2 0£3 b. Compaction by driving ar parking within the drip-line. c. Trunk damage by moving equipment, materiai storage, nailing, or bolting. d. Girding by tying constrictive inateria.I to trees. e. Poisaning by pouring solvents, gas, paint, etc. on or around trees and roots. f Culting of roots 1'/2" in diameter or over with machinery. AlI excavation and eartl�tivork within tkae drin line oftrees r�vi11 �e done b. 1� g. Changes of soil pH factor by disposal of lime base material �nch as conca•ete, plaster, etc. h. Burning o€material around tre� ar tree itself. i. I7amaging trees so that they are misshapen or sustain permanent clamage. 6. Contractaar shall contact NTTA project representative 48 hours (min�riar to constructio_n to review the conditinn of existin� trees installed and maintained bX NTTA, and verify ihe protective fencing has been installed per the a�roved plans, a. Contaet Information: Bryan Dennis, ALA NTTA Assistant Project Manager 214-551-2301 bdennis(a�ntta.org B. Pruning 1. Trees shall be pruned if affected 6y temparary ar new constrt�ction. 2. Prune remaining trees to com�pensate for root loss caused by damaging or cutting root system. Provide subse�uent rnaintenance during the Contract period as reco�.ended by a qualifed axborist. 3. Pruning 5tandards: Prune irees in acc�rdance with ANSI A300 a�s follows: a. Type of Pruning: Crown Cleaning b. Type of Pruning: Cro�n Thinning c. Type af PrUning; Crown Raising d. Type of Pruning: Crawn Reduction e. Type af Pruning: Vista Praning f. Type of Pruning: Crown Restoa•ation 4. Cut br�nches with sharp pruning instruments. S. Pruning �hall consist of the following methods: a. Remvve deadwood and broken limbs. Ramove cross branching where necessary. b. Root �runin;g Txenching Operation: I) Trench_in� areas shail be d�termined and mark�d in the field bv ihe contractor and verified b a certified arborist rior to be .inuin runin ob�rations. 2} Machine sha�l onl be utilized within the drri line of e�istin trees to rernove existin�pavement prior to pruni�►g of roots. 3) Further ex.cavation to existing rovts shall be done by hand. C. Roots shall he cut by hand tools, na machinery shall be u�iliz�d. D. Tree Protection Fence 1. Install tree protection fencing around all trees shown as e�isting on plans. 2, Tree proteetion fencing shall consist of: a. VVaven wire fance installed with T-Bar posts. b. Posts shall he spaced 10' o.c. maximum. CITY pF FORT WORTE3 Fort Worth Nature Center & Aefuge Boerdwaik Phase II 5`i'�N17ARD CONSTRUCTION SPECIFICA'I'IONbpCUMENTS City ProjectNo. i0232U Revised September 10, 20�4 329345-3 TREE PRdTECTION Page 3 of 3 c. Place one strand, barbed wire along top of posts. d. Tie tundra weigkt arange flagging, 2' in length at 3' o.c. aIong wire. 3. Fencing to be installed at the drip line of aII preserv�d t�•aas unless construction occurs with in this zone. a. In that case, contact City for recommendations. �4. All protective fencing shali xez�aazn in place thxoughout the canst�uction p�riod. S, a. Remove protection devices only after written permission has been granted by the City. END OF SECTION Revision Log DATE NAME SiJMMARY OF CHANGE CI`PY qF FpRT WpR7'F3 Fort Wort}a Isature Center & Refi�ge Boardwa�k I'hase TI STANDARfl CONSTItiJCTION 5PECTTTCATIpN DpCiIIVIENTS City Project No. 102326 Re�ised September 10, 2014 34 41 30 - 1 ALU�vITNUM SiGNS AND SIG3+I FOSTS Fage 1 of 9 2 3 PART1- GENERAL 4 1.1 SUMIVYAItY 5 A. Sec�ion Includes: 6 7 8 SECTION 34 4130 AI.,UNIlNUM SIGNS AND SIGN POSTS 1. Aluminum signs installed on mast arms, signal poles, or steel posts. B. Deviations from this City of Fort Worth Standard Spec�cation 1. None. 9 C. Related Specification Sections include, but are not necessarily limzted tv: 10 1. Division 6— Bidding Reyuirements, Contract Forms and Conditians of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYN�NT PROCEDiJRES 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 24 3D 31 32 33 3� 35 3b 37 3$ 39 40 41 A. Measurement and 1'ayment 1. Furnishing and Ins�alling Mast Arm or Signal Pole Mounted Aluminum Signs a. Measurement 1) Measuremen# for this Item s1�a11 be per eac� sign installed. b. Payment 1) The work perFormeci and materia�s furnished in aceordance wi�h this Item shall be paid for at the unit price bid per each "FurnishlInstall Alum Sig� Mast Arm Mount" installed for: a) Various Types c. The price bid shall include: 1) Fabricating the aJuminum sign 2) Treaf.rnent of sign paneis required befare application of background materials 3) Application ofthe backg;round materials and messages to the sign panels 4) Furnishing and fabricating frames, windheams, stiffeners, or required joint backing strips 5) Furnishing halts, rivets, screws, fasteners, claxr►ps, brackets, ar�d sign support connections 6) Assembling and erecting tlae signs 7) Preparir�g and cleaning the signs 2. Installing Mast Ar-m or �ignaUStreet Light Pole Mounted Alu.minurn Signs a. Measurement 1} Meas��rement for this Item shall be per each sign installed. b. Payment 1) The work performed ar�d materials #'urnished in accardance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm Mount" installed. c. The price bid shall include: 1) Installing each Aluzninum Sign CTTY pF FORT WORTH Fart Worth Nature Center & Refuge Boazdwalk Phase II STAMDARD COAfSTRUCTION SPHCIFICA'fION DOCUMLN'T'S City PrajectNo. 102324 Revised November 12, 2013 34 41 36 - 2 ALiJIvIINiiM SIGNS AND STGN POSTS Page 2 of 9 1 2) Furnishin� and �abricating frames, windbeams, stif%ners, vr required joint 2 backing strips 3 3) Furnishing bolts, rivets, screws, fasteners, clarnps, brackets, and sig.n 4 support conneetions 5 4) Assembling and erecting the signs 6 5) Preparing and cleaning �lie signs 7 3. Furnishing and Installing Ground Mounied Aluminum �ign and Past AssembIies 8 a. Measurement 9 l} Measu�rez�ent for this Ite� shall be pee each assenrat��y fur�ished and I O insta�led. 31 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 6. Payment 1} The work perfarmed and materials fvrnished in accordance with this Ttem shall be paid %r at the unit price bid %r each "Furnish/Install Alum Sign Ground Mauaat" ins#alled �or; a} Varinus types c. The price bid shall include; 1) Fabrication of signs and posts 2} Truatment of sign panels requirad before application of background materials 3) Application of the background materials and messages to the sign panels 4) Scheduling utiliiy line locates 5) Furnishing and fabricating frames, windbearns, stiffeners, nr required jo�nt backing strips 6) Furnishing balts, ri�et�, screws, iasteners, clamps, brackets, and sign suppart cannections 7) Assembling and erecting the signs and posts $) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Mea,surem�nt I) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c, The price bid shall include: 1) Scheduling utility lin� locates 2} Asserr�bling and erecting the signs and posts 3} Preparing and cleaning the signs 39 5. Furnishing and Install.ing Aluminum Signs Mounted on Existutg Poles 40 a_ Measurement 41 1} Measurement for this Item shall be per each sign furrzis�Zed and installed. 42 b. Payment 4� 1} The work perfarinad and matarials �urnished in aceordance with this Item 44 sha11 be paid for at the unit price bid per each "Furnish/InstaIl A.lurn Sign 45 Ex. Pole Mount" furnished and iustalled. 46 c. The prica bid sha11 include: 47 1} Furi2ishing and installing the aluminum sign 48 Z) Furnishing and fabricating frar�nes, windbeam s, stiffenexs, ar required joint �9 backing strips CITY OF FpRT WORTH Fort Worth t�lature Center & Refuge Boardwalk Phase II STANDARD CONSTRUC'TION SPECIFICA'1'�QN 170CUM�NTS City ProjectNp, 102320 Revised November 12, 2013 344! 30-3 ALUMINZTM SIGI�IS AND 5IG1+1 POSTS Page 3 of.9 1 2 3 4 S 6 7 S 9 10 11 12 13 14 15 �6 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 C 7 3} Furnishing balts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and �r�cting fhe signs 5} T'reparing and cleaning the signs Installing Aluminum Signs Mounted an E�sting 1'oles a. Measureznent 1) Measurement for this It�m shall be per each sign ir�sta.11ed. b. Payment 1) The work performed and materials furnished in accordance with this Ttem shall be paid for at the unit price bid per each "Install A�um Sign Ex. Pole Mount" installed. c. The price bid shall include: I) Fabricating the aluminum sign 2) Furnishing and fabricating frame�, windbeams, sti£feners, or required jaint bacl�ing s�rips 3} Furnishing bolts, rivets, screws, fasteners, clamps, brackats, and sign support connections 4} Assembling and eracting the signs 5) Freparing ar�d cleaning the signs Removal of Signs a. Measurement 1) Measurement for this �tem shaIj be per each sign panel removed, each sign panel and post removed, and each sign panel and post remaved and reinstalled. b. Payment 1} Tt�e vvork performed and materials furnish�d in accordance with t�is Itez� shall be paid for at the unit price bid per each "Remove Sign" for: a) Variaus types b� VaT'lOUS COI1�1�Ui�tI0I13 c. The price l�id shall include: 1) Removal of sign paziel and post 2) Removal of sign panel 3) Backfili 4) Excavatian 5) Returning materials to the City as specified in tne plans 6) Cleaning sign panel if sign is to be reinstalled 37 1.3 REFERENCES 38 39 40 41 42 43 44 45 46 A. Ref�r�nce Standards 1. Reference standards cited in this Speci�cation refer ta the current reference standard published at the time of the latest revision date lagged at the end of this Specificatian, unless a date is specifically cited. 2. American Standard Testing Materials (ASTM} a. ASTM B2Q9-07— "Standard 5pecifcation far Alumiuum and Aluminum-Al�oy Sheei and Plat�". b. ASTM D4956 — 09e1 —"Standard Specification for Reh�oreflective Sheeting for Traffic Control". CITX OF FORT 1�ORTEI Fort Worth Na#ure Centez & Refuge Boardwalk Phase II STANDAIl.b CONSTRUCTI�N SYECIFICATION f3DCUMENTS City Praject No. 162320 Revised Navember 12, 2013 344130-4 ALUNIlNiJM SICrNS AND SIGN POST5 Paga 4 of.9 i 2 3 4 S 6 7 8 9 �a 11 1.4 c. ASTM A1011 1 A1011� 1� -- "Standard Specification for 5tee1, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Sirength Low- Alloy with Tmpraved Formability, and U1tra�High Strength". d_ ASTM B 1 T 7-09 —"Standard Practice for Operating Salt Spray {Fog) Apparatus". e. AASHTO M 120-08 —"Standard Specification for Zinc". 3. Texas Manual on iTniform Tra£�c Con�ral D�vic�s 4. Item 644, �mall Roadside Sign Supports and Assemblies, Texas Depariment of Transpartation, S'tandard Specafrcations for Constructian crnd Maintenance of Highivays, �'treets, atad Bridges. ADMYNYSTRATIVE REQUIltEMENTS [NOT USED] 12 1.S SUSNIITTALS 13 A. SnbrriittaIs shall be in accardance wifi11 �ection O 1 33 D0. 14 B. All submiitaIs shall be agproved by the City prior to delivery andlor fabrication for 15 specials. 16 1.G ACTION SUBMITTALS/�NFORMATIONAL SUBMYTTALS 17 A. Shop Drawings 18 1. Su�rmit 5 sets of sign shop drawings to City Traff�c Seivic�s Department for 19 appro�al prior to fabrication. 2a 1.9 CL�S�OUT SUBNIITTALS [NOT U�ED] 21 1.8 MAINTENANCE MATEItiAL SUBNIII`TALS [NOT USED] 22 1.9 QUAL�TY ASSiTRANCE jNOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 25 26 27 28 29 30 31 32 33 34 35 35 37 A. Delivery and Acceptance Reyuirements I. Signs and pat�ts shall be properly pro�ected so that no damage or deteriaratian occ�rs during a prolonged delay fram the time of shipznent until installation. 2. Tk�e Contractor shall seeure and maintain a Iocation to store the material in accordance with Section U� 50 00. B. Storage and Handling 1. Slaip, handle, and store complefied sign blanks and completed signs so that corners, edges, and faces are not damaged. 2. Damage to the sign face that is not visible when vievv.ed at a distance of 50 feet, night and day, will be acceptab1e. 3. RepIace unacceptable signs. 4. Store all f nished signs off the graund and zn a vertical position until erected. �, Store finished signs 60 inches x 60 inches or smaller in a weatl�erproaf building. b. Larger signs may be stored outside. CITY OI' FORT WDRTH ForT Worth Natw'e Center & Refuge Boardwalk Phase T1 STANI7ARD CONSTRUCTION SPECIFICATION]]OCUMLN'1"3 City ProjectNn. 10232D Rer+ised Novem6er 12, 2013 3�4A130-5 ALUNIINUM SIGNS ANb SIGN POST5 Page 5 of 9 1 2 1.i1 FIELD [SiTE] CONDITION� [NOT U�ED] 1.1� WARRANTY [NOT USED] 3 PART � - PRODUCTS 4 �.1 PRODUCTS T� BE PURCHASED FROM THE CITY 5 6 7 8 A. Refer to Drawiugs and Cont�act Documents to determine if any Items are to be purchased from the City and installed by the Coniractor. B. Iteins eligible fvr purchase froxn the City include: 1. AIurninum Signs 9 2.2 MATERIALS 10 A. Manuiacturers 11 12 13 I4 15 16 17 18 19 20 21 22 23 24 z� 26 27 28 29 3a 3l 32 33 34 35 36 37 38 39 40 41 1. On3y the z�nauufacturers as listed in the City's 5tandard Products List will be considered as shown in Seeiian Ol 50 OU. a. The manufacturer must oomply with this Specification and reIabed Seotions. 2. Any product that is nat listed an the Standard Prroduets List is cansidered a substitution and shall be submitted in aceordance with Section O 1 25 00. B. 5ign blanks 1. Z. 3. 4. Sign blanks shall be new, unweathered, milled, roIl�d and finished a�uminuzn alloy meetirng Specifications for 5052H38 as outlined an ASTM B 209— 02a. Sign blanks shall be free of buckie, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, oil, white rust, fingerprints andlor other irregulariti�s. Sign blanlcs shall be degreased and etched aecording to industry standards and s�:a1l have an aladined fmish applied per MII,-05541 Class lA. The thickr�ess of each sigr► blank shall he uniform fihroughout. C. Sign sheeting 1. Acrylic averlay filin a. This �ltn shall be applied to Type I, Type II, Type IV, Type IX, and other retroreflective sheeting fax permanent signing. b. The fi�n shall be �qual to or better than 3M Scotchlite ElectroCut Filxn Se:ries 1170. c. Film shall be: 1} Durable 2} Txansparent 3) Acrytie 4) Electranic-cuttable 5) Coated with a transparent, pressure sensitive adhesive 6) Have a remavable synthetic liner — paper liner is not acceptable d. Film colars can include yellow, green, blue, brown, red, and orange. 2. Non-reflective vinyl film a. This film shajl be applied to Type N, Type XI (DG3} retroreflective shee�ing for pe:r�anent signing. The film shall be equal to or hetter than 3M Scotchcal Elec#roCut Film Series 7725. C1TY DF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 702320 Revised November 12, 2D13 a4ai3o-6 ALUMITF[7M SIGNS AND SIGN POSTS Page 6 af.9 1 b. Film shall be: 2 1) Durable 3 2) 2 znil opaque castvinyl �4 3� Coated with a transparent, prassure-sensitive adhesive 5 4) Have a removablc synthetiic liner — paper Iine is not acceptable 6 c. Film aolors can include yellow, green, blue, brown, red, and ora.�age. 7 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: 8 a. Be connbined with other components for permanent signing 9 b. Typically be an unmetallized microprismatic lens retroreflective ekement 10 material 11 12 13 14 15 16 17 18 19 za 2i 22 23 24 25 25 27 28 29 c. Have a�moath outer surface that essentiaily has the propsrty af the retroreflectar over its entire surface 1) The adhesive backing shall be pressure-sensitive, require no heat, salvent or other preparation for the adhesion to srnooth, clean surfaces. d, Be equal to or better than 3M Series 3930 e. Be of calors incIuding white, yellaw, green, xed, blue, and brawn 4. Super-high eificieney full cube retroreilective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing b. Be a sup�r-high efficiency, full cube retroreflective sheeting having ihe high�st retroreflectivity characteristics at medium and short road distances. c. Typically ba a naiccopris�atic retroreflective element material d. Ha�e a smooth outer surface that essentially has ths praperty of retroreflector o�er its entire surface 1} The adhesive bacl�ing shall be pressure-sensitive, rec�uire no heat, solvent or aiher preparation for adhesion to smooth, clean slu�faces. e. Be equal to or better than 3M Se:ri�s 4DU0 f. Be of calors including white, yellaw, green, red, blue, brown, fluorescent yellow, fluorescent yellaw green, and £[uorescent oraz�ge 30 D. Telescoping 5tee1 Sign Past 3l 1. Posts and anchors shalI conform ta the Standard Specifcatians for Hot Ralled 32 Carbon Sheet �tee1, Siruciural Quality ASTM designation A1011 l A1411- 10. 33 2. Posts and anchors shaIl carry minim,uzn certi�iable 60,000 psi yield strangth. 34 3. All posts and anchors shall ba manufact�red from raw steel, formed and welded on 35 the corner prior io r�r.�iving a iriple caat protection of inline hot-dipped, galvanized 36 zinc per AASHTO M-120-08 {0.& ounees per square foot) followed hy a chromate 37 conversian coating and a eross-linked polyurethane acrylic e�erior coating. 38 39 40 4l 42 43 �. The interiar shall receiv� a double coat of zinc based organic coating, tesf�d in accordance with ASTM B-117-09. E. Hardware l. Use galvanized steel, stainless steel, ar dichromat�sealed aluminum for bolts; nuts, washers, lock wa.shers, screws, and other sign assennbly hardwara. 2. Use plastic or nylon washers to avoid tearing tha reflective sheeting, CITY OF FOItT WORTH Fort Worth Nature Center & l�efvge Boardwalk Phase II STANDAR.D CON5TRUCTION SPECIFICATIOI�3 L]OCUMENT9 City Preject No_ 102320 Revised idovember 12, 2U 13 � 0 1 2.3 ACCESSORiES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] � PaRT 3 - ExEcuT�oN 4 3.1 INSTALLERS [NOT USED] S 3.2 EXANIINATION [NOT USED] b 3.3 PREPARATiON [NOT USED] 7 8 4 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 2'1 28 29 30 3l 32 33 34 35 36 37 3.4 FASRICATION 344130-7 ALUMINLTN] 5IGN5 AI�fD 51CrN F05'FS Page 7 of 9 A. Si.gn blanks 1. Furnish sign blanks to the sizes and shapes shawn on the Drawings and that are free of bucicles, warps, bu�s, dents, cockles, or other defects. 2. Do not splice individual extruded alu�ninum panel. 3. Complete the fabrication of sign blanks, including the cutting and drilling or punching af hoies, before cl�aning and degreasing. 4, After cleaning and degreasing, en�sure that the subst�ate does not come into contact with grease, aiis, or other contaminants before the appli�ation of the reflective sheeting, B. Sign sheeting I. Use reflective sheeting from the same manufacturar far the entare face o� a sign. 2, Apply sheeting ta sign blanks in eonformance wzth the recommend�d procedures of the sheeting manufacturer. 3. Clean and prepare the outside surt'ace of extruded aluminum flanges in the same manner as the sign panel face. 4. Minimize tlie numher of splices in the sheeting. 5. Overlap the lap-splices by at �east 114 inch. 6. Pro�vide a 1-foot minimum dimension for any piece of sheeting. 7. Do not splice sheeting far signs fabricated with transparent screen inks or colored transparent films. C. Sign messages 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 2. Use sign message matarial from the same manufacturer for �he entire message of a sign. 3. Ensure that the screened messages have clsan, sharp edges and e�ibit uniform color and reflectivity. 4. Pr�vent runs, sags, and voids. D. Telc;scoping steel sign posts I. Permissible variation in straightnes� is 1/15 inch in 3 feet. 2. Tolerances are on the 4utside size. GITX OF PORT WORT�-I Fort Worth Naiure Center & Refuga Boardwalk Phese II S"PANbAIZD CON51'KUCTIflN S�ECIFICATiON bOCUMEI�ITS City PrajectNo. 1p2320 Revised Movember 12, 2013 3aa� 3o-s AI.UMINUM STGNS AND SIGN POST3 Page & of 9 1 2 3 4 5 6 7 8 9 10 11 Measurements for autside dimensions shall be made at least 2 inches from end o� tub�. Nominal Outside Dimeusions Outside Tolerance at all Side Corners 1 �/2 X 1 '/z � 3�4 /� 1 3�4 ZX2 2 ��4 11 2 ��4 2 �/z X 2 %z f0.006 �0.008 �D.008 �0.010 �0.010 3. Permissible variation in wall thicl�ess is plus 4A 11 inches., minus OA08 inches, 4. Measured in the center oi the flat side tolerance is f 0.01 inch applied ta the specific size determined at the corner. 5. Squareness of Sides and Twist Nominal Squareness Twist Permissible i�n 3 Outside Tolerance inches Lengths Dimensions (a�ches} {inches) inches 1 '/2 X 1'/� �4.OQ9 0.050 A 3I4 d1.. � 3/a �0.010 O.D62 2 X 2 �O.O I2 0.062 2'/4 X 2'/a �O.OIq� O.OG2 2'/2 X 2'/z f0.015 0.475 12 13 14 15 16 17 18 19 20 21 6, All top posts must be c�pable of fractu�°ing at the paint of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of al1 posts and anchors shall be square and straight with smooth tubing welded in one carner with a toleranc� ihat permits telesooping nithe next larger or small size, in'/4-inch increments. 8. All ancY�ars s�al1 be 12 gauge with holes that are fuIly perforated 7I16-inch diameter an 1-inch centers for at least the top 4 inch�s of the anchor wlule being iruly aligned in the center of the section, CITY OP FO1tT WORTFi Fort Wortli ATature Center & Refuge Baardwalk Phase II STAi�I1)A1t17 CONSTRUCTION SPECIPICATIpN AOCUIVIENTS City Pro�ect Nn. 102320 17evised Novamber 12, 2p 13 � � I 1 2 3 4 5 6 7 8 9 10 11 I2 I3 l4 15 16 1'1 18 19 20 2i 344130-9 AI,UMI�IUA� SIGNS AND SiGN P�STS Page 9 of 9 9. All top pasts shall be 14 .gaUge witl� holes that are die embossed knockouts on 1- inch centers for the entire length af the post arad truly aligned i� the center of seation. 3.� REPAIR 1 RE�TORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'7 FIELD [oR] SITE QUALITY CONTROL jNOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT iTSED] 3.10 CLEANING A. Wash complefied signs with a biodegradable cl�aning solution acceptable to the manufacturers of #he sheeting, colored Iransparent �lm, and screen ink to xemove grease, oil, dirt, smears, streaks, finger marlcs, a�d ather %rei�n material. B. Wash again hefor� fmal insp�ction after erection. 3.11 CLOSEOUT ACTIVITIES [NOT iTSED] 3.12 PROTECTION [N�T iISED] 3.13 MAINTENANCE [NOT IISED] 3.14 ATTA�IIIVIENT� [NOT USED] END OF SECTYON Revisian Log DATE NAME SIJMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl f lm, added sig� remo�al bid item C1TY OF FORT WORTH Fort Worth Nature Center & Kefi�ge Boardwalk Pbase I[ STA.NI�ARD CONSTRi7CTION SPECIFICATIaN DOCUMENTS City FrnjectNo. ]02320 Rc�ised November 12, 2013 34 71 13 - 1 TRAFFIC CpNTROL Page 1 of G 1 z 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 SECTI�N 34 `�1 13 Tx��zc coN�oL A. Section Includes: 1, Installation of Traffic Cantrol Devices and preparation of Traffic Control P�an� B. Deviations frot�n tihis City af Fort Wort11 Stai�dard Spacificaiion 1, None. 9 C. Related Specification Sections include, but are nat necessarily Iimited to: 10 1. Division 0— Bidding Requirements, Contract �'orms and Conditions of the Contract 11 2. Divi�ioza 1— General Requirements 12 1.� PRICE AND PAYMENT PROCED�U1t�:S 13 1� 15 16 17 1$ 19 24 21 22 23 24 zs 26 27 28 29 3� 31 32 33 34 35 36 37 3$ 39 40 41 42 A. Measurement and Payment 1. Installation of Traffic Contra! Devices a. Measiarement l} Measureznent �or Tra�ic Control Devices sha�l be per month for th� Project duration. a} A month is de�ned as 30 calendar days. b. Fayment 1) The work perfarmed and materials furnished in accordance wiCh this Item a�d �neasured as pro�ided under "Measurement" shall be paid for at the unit price bid for "Traffic Contral". a The price bid shall include: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements G) Remaval '7) Police assistance during peak hours 2. Portable Message Signs a. Measurement I) Measurement for tliis Item shall be per week for the c�uration of use. b� Paym:ent I) The work performed and materials furnisi�ed in accordance to this Itam and measured as provided under "Measurement" shalI be paid for at the unit price bid per week for "Portable Message Sign" rental. e. The price bid shall include: . 1) Delivery of Portable Message Sign to Site 2) Message updaiing 3) Sign movement throughout constru�tion 4) Return of the Portable Message Sign post-constructiQn CITY OF FORT WORTH Fart Worth Nahue Center & Refuge Boardwalk Phase II STAI�lDARD CflNSTRUCTION SPECTFICt1TION DOCUMENTS City �roject Na. ]02320 Reviscd March 22, 2021 3a�i r3-z TRAFFIC CONTRDL Page 2 of 6 1 2 3 4 5 6 7 8 9 10 11 I2 I3 14 A. General 15 1.3 REFERENCES 16 A. Reference Standards 17 1. 18 19 20 2. 21 3. 22 23 3. Preparation of Traff'ic Control Plan D�tails a. M�asurement 1) Measurement far this Item. be per each Traffic Control Detail prepared. b. Payment 1) The worl� performed and materials furnished in accordance with tlus Item sha11 be paid for at the unit price bid per each "Traffic Contral Detail" prepa�red. c. The price bici shall include; 1) Preparing the Traffic Cantrol Plan Details for closures of 24 hours or longer 2) Adherence to City and Texas ManuaI on Uniform Traffic ControI Devices (TMUTCD) 3) Obtaining the signature and seai of a licensed Texas Professional Engineer 4) Incorparation af City comments Reference standaxds cited in this SpEcificatiinn refer to the current reference standard pubiished at the tiane of the latest revision date logged at the end of this Specificatian, U11�BSS 1 C{��e 15 S�7BCI�1C7I�y C1tECl. Texas Manual on Uniform Tr�c Control Devices (TMiJTCD). Itezz� 502, Ba�ricades, Signs, and Traffic Handling oFth� T�xas Departrnent of Transportation, Standard Specifications for Construction and Maintenance of Highways, Stre�ts, and Bridges. 24 1.4 ADMIlVISTRATIVE REQUIREMENTS 25 2b 27 28 29 l. Contact Traffic Services Division (817-392-7738) a minimurn, of 48 hours prior to implemanting TrafFic Contrnl within 500 feet of a h•affic signal. 30 C. Sequencing " 31 1. Any deviations to the Traffic Cantrol Plan included in the Drawings must be first 32 approvecl by the City and design Engineer befare implementatian. 33 1.� �iTB1VIITTALS 34 A. Provide the City with a cu�ent list of qualified flaggexs l�efore beginning flagging 35 activi�ies. Usa only flaggers on the qualified list. 36 B. Obtain a Sireet Use Permit from the Street Management Section af the Traffic 37 Engineering Division, 311 W. 1��' Street. The Traffic Control Plan (TCP) for the 38 Project shall be as detailed on the Tra.fFic Control Plan Detaii sheets af the Drawing set. 39 A cQpy of�llis Traffic Cnntr-o1 Plan shall be submitted with the Street Use Permit. 40 C. Traffic Cantr�l Plans shall be signed and sealed by a license�l Texas Professional �ll Engineer. 1. Coni�actor shall minimize lane closures and impact �o vehicularfpedestrian traffic. B. Coordination CITY OF FORT WORTH Fort Worth I�fateue Center & Itefuge Boardwalk Ph�se II STANDARD COIVSTRiFCT[ON SPECIF[CATiON DOCiTMENTS Cify 1'roject No. i02320 Revised March 22, 2421 34 71 I3 - 3 TRAFFIC CONTROL Page 3 of 5 1 2 3 4 5 6 7 8 D. Cantr-actor sh�ll prepare Traffic Control Flans if required by tl�e Drawings or Speci�catzons. Tl1e Contractnr will be r�spansihle %r having a licensed 'T'exas Professional Engineer szgn and seal �e Tra�c Cont:rol Plan sheats. A trafF'ic contral "Typical" pub3ished by City of Fort Worth, the Texas Manual Unified Traff c Cantrol Devices (TMLTTCD} or Texas Department of Transpor�aiion {TxDOT) can be used as an alternative to preparing project/site specific iraffic contral plan if the typical is applicable to tha specifc project/site. E. Lane closures 24 hours ar langer shall require a site-specific trafFc control plan. 9 F. Contractor responsible for having a licensed Tea�as �rofessxonal Engineer sign and s�a1 10 changes ta the Tra�fic Contro] Plan(s) developed by the Design Engineer. 11 1.6 ACT�ON SUBMTTTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUSNIITTALS rNOT USED] 13 1.8 MAINTENANCE MATERIAL �UBNIITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] i6 1.11 FIELD [SITE] CONDITIONS [NOT USED� 17 i.12 WARRANTY [NOT ITSED] 1 S PA.RT 2- PR�DUCTS 19 2.1 OWNER-FURNISHED IoR] OWNER-SIIPPL�E+ D PRODUCT5 [NOT USED] 20 2] 2.2 ASSEII�IBLIES AND MATERiALS A. Description 22 1. Regulatary Requirements 23 a. provide Traffic Control Devices that conform to details shown o� the 24 Drawings, the TMUTCD, and TxDOT's Campliant Work Zone Trafiic Control 25 Device List (CWZTCDL). 26 2. Materials 27 a, Traffic Control Devices must meet all reffectivity requirernents included in the 28 TMUTCD and T�OT Specifcations — Item S02 at all times du:ring 29 construction. 30 b_ Electronic zxiessage boards s�all be provid�d in accordance with ihe T1VI'LiTCD. CITX OF FqRT WORTH Fort Wort}►Nature Center 8c Refuge Boardwalk Phasa II STANL7A�RD COA18'1'RUCTION SPECIi'IGATiON DQCLJIVIENTS City Praject No, 102320 Revised Maroh 22, 2421 347113-4 TRAFFIC CONTROL Page 4 oF 6 1 �.3 ACCESSORIES �NOT USED] 2 �.4 S�URCE QUALTFY CONTROL [NOT i7SED] 3 PART 3 � EXECUTION 4 3.1 EXA:MINATION [NOT USED] 5 3.� PREPARATION b A. Prot�ciion of InWPlace Conditions 7 I, Pxateet axistauag traf�c signal equipment. 8 3.3 INSTALLAT��N 9 l0 ll A. �ollow the Traffic Control Flan (TCP) and install Traffic Can#ral Devices as shown an the Drawings and as directed. B. Install Traffic Control Devices straight and plumh. 12 C. Do not make changes to the �ocation of any device or implement any other changes to 13 the Traffic Control Plan wifihout the appro�al of the Engineer. 14 1. Minar adjus�mentis to m�et �ield canstructability and visibility are allowed. 1 S D. Maintain TraiFic Control Devices by taking corrective action as soon as possihle. 16 1. Correcti�e �ction includes but is not limited to cIeaning, replacing, straigh�ening, 1'7 coverir�g, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 19 and that rei�areflac�ive characteristics meet requirements during darkness and rain. 20 E. If#he Inspectar discovers that the Co�tractor has failed to coxnply with applicable fedcral 2I and �tate laws (by failing to furnish the necessary flagmen, warning devices, barricades, 22 lights, signs, ar ofh�r precauiionary measures for the pra#ection of persons or property), the 23 Inspector may order such additional precautionary measures be taken to protect pe rsons 24 and property. 2S F. Subject to tha appro�al of the Inspectar, portions ofthis Project, which are not affected by 26 or in con�Iict with th� proposed rr�ethod of handling tca�ic or utiiity adjustments, can be 27 constructed during any phase. 28 G. Barricades and signs shall he plaeed in such a manner as ta not interfere with the sight 29 distance of drivers entering the lughway from driveways or side streets. 30 H. To facilitate shifting, barricades and signs used in lane clostrres or traffic staging may 31 be erected and rriounted on portable suppoxts. 32 1. The support design is subject to the approval of the Engineer, 33 34 35 36 I. Lane closures shall be in accordance with the appraved Traffic Contra� Plans. J. If at any time the �xisting tr�c signals become inaperable as a result of construction operations, the Contra�tor shall provide portahle stop signs with 2 orange flags, as approved by the Eng�neer, to be used far Traf�c Cantrol. CITY' OF FORT WQRTH Fort Worth Nature Cenier & Refugc Soardwalk Phase II BFANDARD COI�ISTRUCTIdN SPECIFICATION bOCU1bI�N"CS City Project Na. 1D2320 Revised Marcl� 22, 2021 3471I3-5 TRAPFIC CONTRDL Page 5 af b I 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 K. Contractor shall make arrangements for palice. assistance to direct iraffic iflraffic signal turn-ons, sireet light pole installaf�on, or other canstruction will be done during peak traf�ie times {AM: 7 am — 9 anr�, PM: 4 pnn - 6 pm). L. Flaggers 1. Provide a Contractor representative who has b�ell certified as a flagging instructar through courses offered by the T�as Engineering Extension Service, the American Traffic Safe.ty 5ervices Association, the National5afety Council, or other approved organizations, a. Provide thc certificate indicating course cormpl�tion when �•equested. b. This representati�e is resp.onsible ��r training and assuring �at all flaggers are quali�ed to pez�orna flagging duties. 2. A qualified flagger must be independently ce��tified by 1 of tlae organizations listed above or train�d by tlie Coniractor's certified flagging instructar. 3. Flaggers must be courteous and able to effectively cozz��nunicate witla the public. 4. When directing traffic, flaggers must use standard at#ire, �ags, signs, and signals and follovv the ilagging pracedur�es set forth in ihe TMLJTCD. 5. Provide and maintain flaggers at such points a�d �or such periods of tim.e as nnay be required to provide for the safety and convenience of public travel and Contractor's personnel, and as si�own on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each enc� ofthe lane closure. M. Removal I. Upon compl�tian af Work, rernove fro.m the Site all barricades, signs, cnnes, lights and other Traffic Control Devices used for work-zane traffic handling as sooz� as practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE-INSTA�LLATYON [NOT USED] 27 3.6 FIELD [ox] SITE QiTALTTY CDN'i itOL [NOT USED] 28 3.7 SYSTEM STARTiPP [NOT USED] 29 3.8 AD.JUSTING [NOT USED] 3fl 39 CLEANING [NOT USED] 31 3.I0 CLOSEOUT ACTIVITIES IN�T iTSED] 32 33 34 35 36 37 311 PROTECTION [NOT IISED] 3.I� MAINTENANCE [NOT USED] 3.13 ATTACAMENTS �NOT USED] END OF �ECTTON CITY OF FOR'F WORTH Fort Warth Nahzre Center & Refuge Boardwalk Phase II STANDARD CqNSTRCJCTIQII SPECIFICATION DOCUM�I�fTS City Project No. 102320 Revisad March 22, 2021 347133-6 'TRAFFIC CONTROL Page 6 of 6 Revision Log DATE NAME SUNIlVIARY OF CHr�NGE 11/22/13 S. Arnald Added police assistance, requirc�nent for when a site specific TCP is required 1.4 A. Added language to emphasize minimizing of lane closures and impact to traific. 3I22/�021 M Owen 1.5 Clailf�ted submittal requn•ements 3.3 M. Clarified removal requirements CITY OF FORT WORTH Fort Worth Nature Center & Refuge Boardwalk Phase II STANDARD CONSTAUCTION SP�CIFICATION DOCUMENT3 City Project No. 1U232Q Rev ised iviarch 22, 2021 ' ' _ _�.11 �,/ GG4.02 GC�6.06.D GC-6.�7 Geotechn;ical Report {AlIiance Geotechnical Group} Minority and Women Owned Business Entarprise CompIiance Wage Rates CTI'Y OF F012T WOItTH Port Worth Nature Center & Refuge Baardwalk Phase II 3TANDARD CONSTRUCTION SPBCIFICATION bOCLTMENTS Ci[y Prnject. No. i02320 Ravisad 7uly 1, 2Q11 �'o�°� �Vom�� 1�����e C��$er � 1�e�u�e �o��d�w��l� ���.se �� �C-4a�2 �e��ecl���cal ]E�e�o�� �A��i��c� Ge��ec]h���all G-r�v��� �' l, 1���� �o��� l���u��e Ce��e�r � I���u�e CITY QF FOIZT WORTH Fart Worth I�€ature Center & Reiuge Soardwalk Phase II STANDARD CONSTRUCTION SPECIFI�ATION DOGUMENTS City Project. No. 102320 Revised 7uly 1, 2011 '�+ r� # ��� . � �����' , �'- � `�--� �� � :.� r , `�Y, ti:� �'� W .. � Yyl� �I �J � .�� �ry� 11 � � �ffff] 'f f �'++ .' t ������������ ��.����������� ��� � ����� ����Y�� ��� ! �� ��������.i ` ����� Y'9 f7elM �l��l�■wl II ������R� VViAI��F� �4, �p�� PRE'PAREQ FOR: �iIP�IL�'Y 1�G1�r�f �C116�i�,�� �10�111 �r"�O,I�Ci rilD: 06709��0'1 ���. �f , .- :-. . :}; ,� .�._�. "'.� . �, � � ;�'i��. _.�,-�_- �^ �^�+4 5w45�k �1 v � _""' �������.wt�'�i � � 7E! ��i����, �4�r�1�7i���'� •��3��:".k�';�,ti�-. ��z: ��,�,��;.*'I �� �,� �. - 5 � µ [ � y�y,� 4 ~� . I����} ��� 7'Y�'.'}��i�''� I -- �����. i.��,� _ ,� ��- =�- PRESElV7EA BY: ALLI��I�E �G �o � ��r���� . r�a�� Geoiechr�ical Engineering--Cvnstrucfion 5ervices—Construction Materials �ngineering Testing 3228 Haltfax 5treet - dallas, 7X 7524i Ph. 97�.444.8B89 FX. 972.444.8893 � �L�l�k�1C� �� � ���������� ��U� March 24, 2022 Mr. John A. Fielder, PLA Associate Kimley- HorR 801 Cherry Street Unii 11, Suite 1300 Far# Worth, TX 769 �2 Phone: (817) 339 2277 Emaik: john.fielder@kimley-horn.com GEOTECHNICAL ENG�N�ERWG CatvsrRucnoN 1r�s�Ecnou CONSTRilC71dN IUTATERIAlS ENGINEERING ANp TESTING Re: Geotec�nical In�estigation — Preliminary Reporf �' �ort Worth Nature Center Boardwalk Phase 2 �� Propos�d Building, Parking lot and Trail For� Worth, Texas j� AGG Project No. DE21-212 Mr. Fielder, Please fiind enclosed our preliminary report summarizing the results of the geotechnical investigation performed €or the ai�ove ref�renced project. We trust the recommendations derived #ram this inuestigation will provide you with the information necessary ta complete yaur proposed project successfully. , For your future constiruction materials testing and related quality contrvl requiremertts, it is recommended that the work be performed L�y Alliance Geotechnical Graup in order to maintain � cor�tinuity 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 w�th our professional services. If we can be of further assistance, please do r�ot hesitate to contact us at (972) 444-8889. Respectfully, .�LLfA�lC� C�O��CHMIC�►� �ROU�, lidC, ����. Samuel Tran, P.E. Project Engineer �� �� � Mark J. Farrow, P.E. Senior VEce President Dallas d Fart Worth m Frisco s Dayton s l.ongview 3226 Halifax Street s Daflas, Texas 75247 7eL 972-444-88B9 � Fax: 972-444-8893 e www.aggengr.com �� i�4�L� O� COf�'i�NiS 1.0 2.Q 3.Q 4.0 5.a .i 7.0 :� 9.0 10.0 P,�C� ! NTRODUCTION ----------------------------..____..______...._..__..___..__.._..-------------______-----------1 1.1 PROJECT D�SCRIPTION ----------------------------------------------------------------1 1.2 PURPOSE AND SCOPE -______..__�________________________�_____�_.._..�___..___..____�.__.._ � FIEL�D INVESTIGATION----------------------------------------------------------------------------- � LAB�F�ATORY TESTING---------------------------------------------------------------------------2 51TE AND SUBSURFACE CONDITIDNS-------------------------�____�___________________2 4.1 GENERAI. S1TE C�NDITIONS----------------------------------------------------------� 4.2 SITE GEOLOGY___..-------------------------------------------------------------------------2 4.3 SUBSURFACE CONDITIONS -----------------------------------------------------------2 4.4 GROUNDWATER C�N�ITI�NS--------------------------------------------------------3 ANALYSES AND REC�MMENDATIONS ------------------------------------------------------3 5.1 SOIL MOVEMENT -______....___...._..__________�____�_�_____�_____________________�_____ � �.2 EXECUTIVE SUMMARY _�----------------------------------------------------------------3 5.2.'� FOUNDATION PAD PREPARATIDN --------------------------�_____________�_____4 5.2.2 SHALLOW FOUNDATiON SYSTEM ---------------------------------------------------4 5.2.3 P05T-TENSIONING DESIGN PARAM�TERS (2005 PTI TH1RD EDITION}-6 5.3 FLAT WORK AND PIPING C4NSIDERATI�NS --�---___..__W_..____�....__�_..�_______ g PAVEMENT R�COMMENDATIONS-------------------------------------------------------------8 6.9 SUBGRA�E PREPARAT[ON ------------------------------------------------------------8 6.2 DRIVE APPROACHES-------------.._.._____..__---..----------------�------------------------9 6.3 PAVEMENT SECTIONS_________________________________________________�____________ �p 6.�# PAVEMENT CONSIDERATIONS -___....___..___________________________________________ 11 CONCRETE TRAIL----------------------......��----------------------------------------------------- 12 7.1 STRIPPING AND PRQOFROLLING---_..___..____________..________________�_________ �2 7.2 TRAIL SUBGRADE -----------....___.._---------------------------------------------------- 12 7.3 TREE EFFECTS---------------------------....__.....___________ti..__�______----------------- �2 EARTHWORK GUIDE}�INES-------------------------------------------------�____...._�____�_,.�__.. 13 8.1 S1TE GRADING AN� DRAINAGE ---------------------------------------------------- 13 8.2 UTILITY TRENCH EXGAVATION ----------------------------------------------------- 14 8.3 ON-SITE CLAY FILL PLACEMENT IN L,ANDSCAPlNG AREAS -------------- 14 FIEL.D SUPERVf510N �-----------------------------�--_______..__---..-------____.._....___.,__.._..___....- 14 LIMITATI�NS--------------------------------�-_--_,�___....__..__..____.._.._............_..__------------___----- 15 A��IAfWC� G�Of�CbPVICA� GROI�P ��2'i�•21� �1GUR�S ���u�� P1.AN OF BORINGS __.._�.._....-----------------------------------------------------------W_____....�-------------1 LOGSOF BflRWGS-----------------------------------------------------------------------------------2 thru 4 L�G�ND - KEY TO LQG TERMS & SYM A��I�►NC� C�Q��CHIdICAL C�OIJP D�21-2'12 P�ELIV'�IN�,FtY GEOT�CH�IICAL IN!/��TIGATIOid �OR� �lI�RYb NAiU�� C�N`i �R �OAi���IA��C �bAS� � PF�OP05�D BUlLDIMC, PA�FCING LOi �►�ID T�+IL �o�� �vo��a�, �x 1.0 II�TRO�UCTION 9.'I P�OJ�C7 ��SC�IPTION The project will consist of constructing new structural additions to the Fort Worfh Nature Preserve Center located approximately 3,800 feet west af the infersection of Buffala Road and Shoreline Road in Fort Worth, Texas. It is understood that the new additions will consist of a reconstructed parking lot, pedestrian concrete trails and a smafl pre-fabr�cated cornpasting restroom. lt is further unders#ood that the poienfial sail sw�fl movement for the restroam building need to be lirr�ited #4 1 inch. 1.� PU��05� ,A�l� SCQP� The purposes of this geotechnical �n�estigatian were to: 1) explo�e the subsurFace conditions at the site, 2) e�aluate the pertinent engineering properties of #he subsurFace materials, 3) pro�ide foundation recommendations for the proposed structures, 4) proWide pavement subgrade stabilization a�d concrete pavement thickness recommendations and 5) pro�ide recommer�dations for site grading and campac#ion af earth wark. This report was prepared in general accordance with AGGs Propasal No. P2'i-0713E dated July 9, 2021. �.a �i��� i�v�s���a�io� The field investigation will consist of drilfing three (3) test borings within the �icinity of the pra�osed imprauemenis. Only two test barEngs (B-1 & B-2) haue bear� drilEed to date due to a� access issue with the remaining test boring (B-3). The test borings were ad�anced to 20 feet below existing grou�d surFace. The borings were located af the approximate locations shown on the Plan of Borings in Figure 1. Foundation �earing properties of the sandy soils encountered in fhe borings were e�aluated by the Standard Penetratian test En conjunction with split spoon sampling. The Standard Penetration tests involves drivir�g a standard 2 inch diameter sampler a tofial of 9 8 inches and recording the hEow counts and driving distances for each 6 inch ar 50 blow increment. The first 6 inch driva is for seatir�g pur}�oses. The results of the Standard Penetrafiion fiests are recorded at the respecti�e testing depfihs on the Logs of Borings. ALLl,�f�GE G�OiECFi�l1CAL C�iOU� DE21-2'12 Page � The sandstone and cemented sand �nco�ntered in the borings was evaluated by the Texas Department af Transportation Penetrometer (TxDOT Cone} tests. The TxDOT Cone is driven with the resulting penetration in inches recorded for 100 blows. The results of the TxD4T Cone test are recorded at the respecfiive tesfiing cfepths on the Logs af Barings. The results af the boring program are presented on th� Logs of Borings, Figures 2 thru 4. A key to the descriptive terms and symbals used nn the logs is presented on Figure 5. SA �.A�ORATO�Y i �Si'IN� Labofatory tests were perform�d on representative samples af #he sail ta aid in classificaiion of the sail materials. The tests included Atterberg limits tests, percent passing #200 sieve, and moisture content tests. The results of aur testing program are presented on the Logs of Borings in Figures 2 thru 4. �,a si�� ��� su�su���►c� co�u�a�ion[s �.� ���€��� si�� con��a�ron�s The site currently consis# af an asphalt and gravel parking lat at the par�C's antrance and a pedestrian concrete trail at the northwest portion of the s�te. There is also an existing patio area with a canopy cover north of the parking lot. The overa[I site has grade changes on the order of 19 feet, The grade cl�ange across the proposed footprint of the par�ing lot is approximately 5 feet. There are numerous trees and brush beyond the existing paricing lot and pedestrian trail. See Figure 1 far the aerial view of the subjeci site. �4.� Sl�� C�O��CY As shawn on the Dallas sheet of the Geologic Atlas of Texas, #he site is located in ar� area underlain by the Paluxy Sand formation. This formation typically cansists of sandstone, fimestone and mudstone. Soils derived from this formation typically consists of very fine to fine sand, si�t, and silty �and with cross-bedding o� clay. 4.3 SU�SU���CI� COid�]ITIONS 5ubsurface conditions encountered in the borings, including descripfions of #he uarious strata and their clepths and thickness, are presented on the Logs of Borings. Note that depth on all borings refers �o the depth from the existing grade or ground surface present at the time o� the invesiigation. Boundafies beiween th� various soil types are appraximate, A��IAPdC� G�OY�CHN[C,A� G��U� D�21�212 �age � A�.�4 CL�OIJNIDl9V.�iE{� GOND[TlONS The borings were ad�anced with hollow steam auger drilling equiprrtent. This method allows relatively accurate groundwater observations to be made while drilling. Groundinrater s�epag� was encountered during drilling in the test borings at depths ranging from 12 to 15 feet below existing ground surFa�e (at 12 feet u�on completion). Groundwater measurements for each test boring are shown on the Logs af Borings in Figures 2 thru 4 (Figure 4- Boring B-3 has not been drilled due to access issues). The groundwater measurernents are summarized in Tabfe 1. The subsurface water conditions are subject to change with variatians in climatic conditions and are also functions of subsurface soil candiiions and rainfalL Shallow groundwafer lev�ls should be anticipated after periods af rain or when t1�e Wes# �ork TrEnity River is eleWated. TAB�� 1— WA�EEt L�VE� �llNINIA�C�1� Boring lD Seepage @ Completion Comments �-1 l�x 1Lf B-2 15' 12' � � Tf7i�, hufae�� iias �-3 - - rf�t be���� ciri3le�, 5A �►��#�YS�S ,AM� R�C�YVI�91�id��il0�lS 5.9 ��I� i'�10!l�ib9l�Pdi Tf�e sufosurFace exp[oration r�vealed the presence of sand, sandstor�e and cemented sand. Potential sail swel! were approx�mated by soil classification and moisture content iests. Patential soil swell waiues based upon the current moisture conditions and current grades have been �stimated to less than 1 inch af anticipated "active zone" swell. NOi�: Boring B-3 has no# be�n drilled, but it is anticipated that the general area of B-3 will likely consist of similar soil sirata. B-3 will be drilled ia confirm expansiue clay is nat er�countered within the active zone that can result in potential soil swell gr�afier tF�an 1 inch. �.2 �XECllillfE SU�PIf��RY The subsurtace explaration revea�ed the presence sandy soils underlain by int�rbedded sandstone and cemented sand. Soil swell ha�e been estimated to be less than 1 inch based on the encountered sandy soils. Shallo►ry foundation re�ommendations have been provided for praposed pre-fabricated resiraom building. Over-excava#ion is nat anficipated to limit the soil swefl to 1 inch or less. This will be conf�rmed with the completion of Boring B-3. �.LLI►��tC� P�Oi�CHidIC�L CROUP ���'i��1� �age 3 Pavemen# and flatwork recommendation consisting of subgrade rework ha�e b�en provid�d for the proposed parking lot and propased pedestrian trail. �.2.1 �OIJND.�TION PAD P�€PARe4TIOPd The up�er soils at this sit� are !ow plastic�ty sand to non-plastic sand and silt and will be difficult to com�act and are easily distur�ed and loosened during constructian. We recommend thai the following site pr�paratian work be perfor�ned in arder to pro�ide a uniform buifding pad and reduce settlements to one inct�. 1. Exca�ate and rema�e the s�te soils to a depth of 3 feet below exis#ing grade or 3 feet below fin�l pad grade, whichever is greater. Excavation should extend 5 feet beyond the building lines or 2 feet beyond adjacent sidewalks and entry areas, whichever is greater. We recommend thaf Alliance Geotechnicaf Group review th� excavatian plan for compliance with this report prior �a construction t�idding. 2. The upper 8 inches of existing subgrade soil at �ase af cut should be scarified and compacted ta a minimum af 98% ASTM D698 at optimum to +2% above the optimum moisture conten#. A moist compact condition must b� maintained until select fill is placed. fVO�� 1: A r►ibra�ory roller will �e required �o compact #hese sandy soils ppeseni at �his site. 3. Fill to final pad grade with low PI select fill. The material used as select fill should be a very sandy clay to cfay�y sanc[ {uniform consistency and nat non-plastic sand or silt with clay clods} wi#h a plasticity index between 7 and 14. The select fEll should be compacted in maximum 8 inch lifts a# -2% to +2% of optimum maisture content to a minimum of 98% ASTM D698. All work should be perFormed in accordanc� with ihe Earthwork Guidelines (Section $.Q) of this report. If wet weather constructian is anticipated, ihe upper 6 inches of select fill could consist of crushed stone fl�x base or recycled crushed cancrete flex base compacted at optimum ta +2% ak�o�e optimum to 95% Modifiied Proctor density (ASTM D1557} to provide a firm pa� during vuet weather conditions. The base materials should comply with TxDOT Itern 247, Type D, Grade 9. �.2.2 Sb�L�OVII �OU�l�ATIAP� SYS i ��1 A stiffened slah ar�d grade beam (wafFle type) foundation sys#em or shallow footings may be used to support th� structure. Shallow faatings are preferred for constructabifity -- especially during wet weather. If a s�ab and beam foundation system is used, it shoulcf be conventionally reinforced and should be designed by a structural engineer ta support the structural loads. �►��1e41RdC� C�O��C�-IidICA�. (9ROUP D�2��2'12 �age 4 Grade beams and/or shallow footings founded in properly compacfed select fiill soils may be designed using an allowable sail bearing pressure afi 1,5aD psf. We recommend a minimum width of 10 ir�ches for manolithic waffle slab beams to pro�ide a margin of safe#y against a local or punching sheer fiailure of the foundation soils. Column footings should be at least 3 fee# square and designed for an al[owable soil bearing capacity of 2,OQ0 psf. Differential fo�andation movements shauld be limited to one inch. Sha![ow footings in cflnjunctian wit� slab-on-grade construction should be provided with minimum footing widths of 16 �nches. The load b�aring grade beams andlar foo#ings shouEd be founded at d�pths of 24 inches below final pad subgrade. Vertical jo�nts should be pravided a{or�g all masonry walls to accommodate differential se#tlement. In addition, a moisture barrier of palyethylene sheeting or similar material shoulc� be placed between the slala and the subgrade so�ls to retard moisture migration through the slab it� btailding areas sensitive to moisture. The faur�dation plan and the utility plan should be cross-checiced to verify that r�o utility line exca�afiion extends ben�ath the b�aring influence �f any faoting. Trench cuts �xt�nding beneath the footings (or within their bearing influence) should be avaided, if possible. �therwise, AGG should be contacted far trench backfilling recommendations. 1n addition, trees and deep rooted shrubs should no# �e planted within 35 feet of the bt�ildir�g foundation to minimize settlement effects caused by maisture absorption of the root systems. Also, the grounc! beneath the drip line should be landscaped and irrigated (not pa�ed). �therwise, root barriers should be used. We recommend that an A�liance Geotechnical Group geotechnical engineer or a qualified �ngineenng technician ahserve the foating excavatians prior to placing concrete to verify bear�ng capacity. The foundation bearing area should be le�el or suitably i�enched. It should be free of laose soil, wet soil (sa#urated hy rain), ponded wa#er, and debris priar to the inspectian. All work sho�ld be performed in accordance with the Earthwork Guidefines (Section 7.a) of this report. A polyethyiene moisture barrier is recommended below slah-on-grade floor slabs where floor coverings or painted floor surFaces will be applied with products which are sensitiv� to moisture or if products stored on the building floors are sensitive to moisture. Procedures for installation of vapor barriers are recammended in ACI 302. �LLI.�R�C� C�Oi�CNI�dlCo4l. C�OUP �������� �age � �.Z.3 �DSi�if�MSIOP11f�G �ESIG�d PAFi,�Y�fETEF�S (200� �YI YHI�� �DITI��d] Design requirements for post-tensioned slab-on-grade foundaiians are indicated belaw for building pads prepared in accordance with Section 5.2.1 of this repo�t. �esign criteria for a slab designed in accordance with fhe Post-Tensioning Institute's (PTI) slab-an-grade design method ha�e been developed. The edge moisture variation distances (em) for center Eift and edge lifi conditions were deri�ed based on a Thornthwaite Index ranging from 0 ta 20 for the projec# site. The edge moisfure variation disfances are based upon the 2005 PTl Manual crit�ria and are provided in TabEe 1. PTI diff�rEnfial mo��ment (ym) is indicated in Table 2. %4�L� 2. R�COF�7FU��f�ID�D �DG�MOISTUr�2� 1/�R1P iION' DISTAf11CLS {e,�* 7D0� P'Tl Third Edigian Center Lift Conditifln em = 5.5 feet �dge lift Cor�dition em=4.5feet r�i���' 3. R�COfillR/l��l��� A�1 �I���R�AI�I�iI l�101/�pUl�f�l�S (Y►�* �QO� PT! ihird �'difion �O�d �S �� � �oFings Design F'V�2 1.0 Cenfier �if� Condi�ion ym 3.0 �dg� �,ift Condiiion y�, 1.0 *The des9gn values indicated above are based on exca�ation and moisture conditioning the upper soil layers per Sectior�s 5.2,1. See Section 5.1 far PVR consideratians. MOY�, Required foundatEon details using the 2005 PTI Third Edition should be evafuated by the struc�ural eRgineer to verify that beam depths are as deep or de�per and the beam spacings are as close or eloser than requirements determined from the pre��ous PTI S�cond Edition {with em C.L. af 5.5', em EL 4.5', ym CL of 3,�" and ym EL af 1.5"}. lf the new design does not result in foundations as stfff or stiffer than the old design, please ha�e your s#ructural engineer consult AGG prior to final design. �4��1ANC� G�O i �CbNIC�►� G�OUP ���9P��i� Page 6 5.�.3.� ���I�N COMSI���Ai ION� The Post-Tensioning Institute (PTI) methad incorporates numeraus design assumptions associaied with the derivation ofi required variables needed to determine �he soil d�sign criteria. The PTl method of predicting differential sail movement is applicable only when site moisture canditians are contralled by the climate alflne on a well-graded siie {i.e. no improper drainage, wa#er leaks or free waier so�rces), Under t�ese conditions, moisture increas�es within the suppartir�g soils and the r�sulting differenfiial foundation mo�rements are much lower ihan differential mo�ements that can occur due to post-construction movements due to localized saturation caused by #ree water sources near or b�neath the structures. The performance of a slab foundation can be significantly influenced by landscaping details, maintenance, recessed landscapir�g details, additions near the structures, water line [eaks, pool leakage, any other free waier sourc�s, as well as by deep rao#ed trees and shrubs. A polyethylene maisture barrier is recommended below slab-on-grade flaor slabs where floor ca�erings or painted floor surfaces wlll be applied with products which are sensitive to moisture or if prod�ac#s stared on the building floors are sensitive to moisture. Procedures for installation of uapor barriers are recor�m�nded in ACI 302. The slab-on-grade faundatian systems may be post-tensioned or conventionally reinfofced and should b� cf�signed by a structural engineer ta withstand the estimated potential soil movements. Grade beams founded in properly campacted fill may be clesigned usir�g an allawable soil t�earing pressure of 1,20Q ps#. We recommend a minimwm width of �0 inches for the bearns ta provide a�argin of safety against a local or punching shear failure of the foundation soils. In ordar to accommodate differential foundation mo��ments, it is recommended that closely spaced vertical joints be provEded along all walls to control cracking associated with differential foundation mavement. Specific recammendations for design af all swimrning pools, pool decking, and all other flatwark should be provided by Alliance Geotechr�ical Group to minimize the potential vf destructive damage caused by soil mavements. It should be recognized that a post-tensianed or con�entionally reinforced slab-on-grade �aundation syst�m placed at fihis site will f�e subjecfied to differen�ial mo�ernents as indicated abo�e. These movements can cause cracking of interior sheetrock walls and cracking of exierior brick waiis. Differential movements can cause planar mo�ements of widow frames and door frames requiring adjustments to t1�e daors and windows. Cosmetic distress can be ALLIAY�CE G�Oi�CFI�lIC�4� C��U� ��a1��1� �age 7 minimized through the use of resili�nt floor and wall caverings and through the use of closely spaced �ertical joints in exterior walls as described below. �.3 �L,�T 1�IO�K ,�ND PtPIN(� CANSI��R�4�IONS Prov�sions should be made for large post-constructian differenfia[ upward movemeni of adjacent flat work and piping. Site �rading plans s�auld include provisions for the effects of soil swell movements an access and entry slabs, adjacent sidewalks and all pa�ements. See Section 5.1 of this repart, Utility line details and fixtures should consider the potential for diff�r�nfiial movement beneath any piping. Ta pre�ent potential tripping hazards, access and enfry slabs shauld be eleva#ed abave the adjacent sidewalks and pavement slabs {wher� possible). 6.0 �.�!l�iili��dT ��CDI�i�1ENDATl0�15 We assume that anly occasional heavy to medium truck traffic will be present on the dri�e areas and that only sutomobil� traffic wi[I be used in the parking pavements. The fallowing recammendations are based upon these assumed conditions. 6.� SCJL���AID� P��PAR►a►i I�N It �s recommended that provisions be made in tF�e contract to provide for proofro[ling in areas where the subgrade will support n�w pawements as per Section 6.4 af #his report. The pauement can be constructed over a re-compacted subgrade. The upper eight (8) inches af subgrade soil should be compacted at optimum moist�re eontent ta �-2% of optimum moisture to a minimum of 98% of Standard Practor density (ASTM D698}. A moisf compact condition must �e maintained until pa�ing (ar flex base) is placad, R�cycled crushed cancrete base could be used in areas where a permaner�t base is desired to impro�e pa�ement performanc� and reduce maintenance. The flex base should be compacted at optimum moisture cantent to +2% above optimum to 95°/a Modified Proctar density (ASTM D1557). The base materials should comply with TxDOT ltem 24T, Type D, Grade 1. Prior to placing the flex base, �he subgrade snoufd be proofrolled as recommended in this repor�. Tha upper eight (8) inches of pavement subgrade should then be scarified and compacted prior to placing fil�x base. The upper eight (8} inches of the subgrade soils should be compacted at optimum moisture content to �2°!0 of optimurn mois#ure to a minirrEum of 98°/a 5tandard Proctor density {ASTM D 698). A moist compact condition mus# be maintained until paving (or flex base) is placed. ,�LLI,�fVC� C�OT�CbI�ICA� GROU� ���1p�1� �age 8 N��'�. If a rain event occurs prior to placement a�d compaction of the flex base, the subgrade should be aerated and re-tested priar to placement and compaction of the flex base. As an alternati�e to flex base, a t�ickened concrete section over a compacted subgrade cauld be used for improved perFormance. If th�s alternative is used, the upper eight (8) inches of pa�ement subgrade should be scarifiec4 and compacted at optimum moisture content to +2% of optimum maisture to a minimum af 98°!n 5tar�dard Proetor density {ASTM D 698). The su�grade should be proofr�lled priar ta pEacing fill. A moist campac# candition must be maintained until pa�ing (or flex base} is placed. Sand shauld be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflaw, resufting in hea�e and strength foss of subgracfe soils. If should be specifiied that only on-site clay soils be allawed for fine grading. After tine grading eac1� area in preparation for pa�ing, tne subgrade surface shou[d be lightly moistened, as needed, and re-compacted #o obtain a tight non-yielding subgrade. lf a rain er�eni occurs prior ta pa�ing, fihe subgrade should be aerated and re- tested prior to pa�ing. tnspection during canstruction is particularly important to insure proper canstruction procedures are followed. All joints must be eftectively sealed. Panding conditions should not be allowed in any area. 6.2 DR1V� �PP�OACN��� Vllater should not be a[lowed to �ond in drive approaches prior to paving. Dansity tests should be pertormed on the subgrade sails in each dri�e approach prior to fine grading in preparation fo� pa�ing to �erify connpliance with project spaci#ications. ALLIAiVCE CEOTECFI�IIC,�L C�OIJP 1���9��12 �age 9 s.s �������°� s�c � io�� Tables 4 and 5 presents the recommencled �avement sections for this project: PA��� �. �ICa�`�U�'Y�,4b/�tVI�IVP S�C�IOil�l Ali�Oi�it��ii�� T'RA�'FI� {]NLY PCC S�CTION 5 inches Portland Cement Concrete 8 inches 5carified and Compacted Subgrade * * Six (6) inches of recycled crushed concrete fiex �ase could be placed to impra�e performar�ce and reduce maintenance. i�.�Lg 5. H��W DU'TY�A1/�Ni�AfT SECTIONS iiEAl1Y OUT�f P�V��JIE�1T �14�o�rra�� H���y Trr�cl� Us�� w* �GC ��C�I�id 6 inches Portland Cement Cancrets 6 inches Recycled Crushed Concrete Base Or 7 inches Portland Cement Concrete 8 inches Scarified and Compac#ed Subqrade ** For 30 heavy fruck re�etitions per week (20�year design life). This PCC section is also recommended for dumpster pad 1 service areas. The concrete in automobile traffiic only areas should have a minimum 28 day compressi�e strength of 3,60D psi. In truck drive areas, the cor�crete strength should be increased to 4,OQ0 psi for improved perfarmance and increased serviceab[e life. Cancrete quality will be important in ordar to produce the desired flexural strength and long t�rm durabilifiy. Proper joint placem�nt and design is critical to pa�erner�t perfarmar�ce. L�oad transfer at all longitudinal joints and maintenance of waiertight joints shou�cE be accornpEished by use of tie bars. Cantrol joints should be sawed as soan as possible after placing eoncrete and before AL�.I,�PdC� C�O��CFINICAL G�OIJ� D�21-2�12 Page 10 shrinkage cracks accur. AI! jaints including sawed joinis should b� properly cleaned and sealed as soon as possible to a�oid infiltration af water. Our previous sxperi�nce indicat�s that joint spacir�g on 12 to 15 foot centers ha�e generally performed safisfactorily. I# is aur recommendation ihat the co�crete pavement be reinfarced with No. 3 bars placed on chairs on approximately 18-inch centers in each direction. We recommend that the perirneter o# the pavements have a sfiffening curi� section to prevent possible distress due to heavy wheel loads near the edge of the pawements and ta provid� channelized drainage. fi.4 P�l/�l�'i�fdi CONSID���iIONS It is recommended that provisions be made in the contract to prouide for proofrolling in areas where the suEagrade will suppo�# nevs+ pa�ements. !t is al�o r�commended that an item be included for removal and replacement of soft ma#erials, whieh are identified by this procedure. Proofrolling can generally be accomplished using a heavy (2� ton or greater total weight) pneumatic tired roller makir�g several passes aver the areas. Where soft ar compressible zones are eneoun#ered, these areas should b� remov�d to a firm subgrade. We# or �ery moist surficial materials may need to be undercut and either dried or repiaced with proper eompaction or replaced with a material which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 6 inch compact�d lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698 at optimum to -2 to +2 percentage paints of its optimum moisture cflnter�t. A{I joints and pa�ements should be inspected at regular intervals to ensure proper pertormance and to prevent crack propagation. The service life of pa�ing may i�e reduced due to water infiltration into subgrade soils thraugh 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 pralong the service life of the paving. The life of the pa�ement can be increas�d with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges, Backfill maierials, which could hold water behind the curb, should not be permitted. Flat pauement grades should be auaided. A��IANC� G�O i�Cbp�ICA� GROUP D��1A21� Page �i'1 �.o co�c���� r��i� The proposed new concrete trail will be located a# #he noriheast �artion of the proposed parking area. It is understood that the existing trail will be demolished and rerna�ed to construct the new trail. �.9 ST�IP�I�lG �NI] P�AO�RO��,INC Prior to �II pEacement, the area to be filled shoufd be stripped of uegetatian. It is recommended that provisions be made in the contract tn pra�ide for proofrolling in areas where fhe subgrade will support new concrete trail pav�ments. !t is also recommended that an item be included for remo�a� and replacement of soft materials, which are idenfified �y fihis procedure. See Section 6.A� of this report. �.2 i�All, SU�CRA�� We r�comm�nd that fhe upper 8 inches of the trail subgrade soil be compacted to a minimum of 98% of ASTM D698 between optimum moisture content and a�2% of optimum moisture content. A moist compact condition must be maintained until paving (or flex base) is placed. For an impro�ed tra�l performanc�, flex base can be used for the upper B inches af the subgrade. The flex base should be compacted at optimum to +2% above optimum to 95% Modified Proctor d�nsi�y {ASTM D1557}, The base materials should com�ly with Tx�OT ]tem 247, Type D, Grade 1. Sand should be specifically prohibited beneath concrete trail pavement areas during final grading (after stabilization), since these more poraus soils can alfow water inflaw, resulting in heave and sirength loss of subgrade soils. It should be specified that only on site clayey soils will be allowed for fiine grading. After fine grading each area in preparatian for paving, the subgrade surface shauld be lightly moistened, as needed, and recompacted to obtain a fiight nan-yielding sufograde. RIOi�: If a rain event occurs prior to paving, the subgrade should be aerated and re- tested prior to paving. 7,3 TV�EE EL��EGiS It should be recognized that concrete slabs (trail pavement) will be subject to long term settlement due ta ground shrinkage caused by moistUre absorption of iree raot systems. New trees and deep raofied shrubs should not be planted within their ultimate mature height of the trail pavement in order to minimize lvng-term seitlements caused by ground shrinkag� �1��IANC� ��O��CHidICA� C��U� D€21-292 �age '! � associated with moisture absorption of the new tree root systems. Also, the area beneath the un-pruned mature tree drip lines and to limits o� afi least 10 feet beyond the drip line shauld na# be pa�ed. The area beneath the drip line should be la�dscaped and irrigated. An ar�aorist shoulcf be contacted regarding the installation, effectiveness, and u�e of eoot barriers andlor to minimize f[atwork settlements due to �round shrinkage caused by tree raot absorption. �A E�RTk��IO�F� CUII��LIRlFS �.1 SI'TE C�ADINC �ND D�,�INAG� All grading should pravide positive drainage away from the proposed structures and should prevent water from collecfing or discharging near the faundations. Water must not be permitted to pond adjace�t to the structures or migrate beneath the structure duriRg or after c�nstrucfion. Otherwise, soil difFerential mo��ments wou�d occur. Leave outs around the perirrmeter of the lighiweight structures and other critical flatworks should not be allowed to collect and hold water. These lea�e outs should be pumped out as needed. Surfac� drainage gradients sho�ald be designed ta divert surface water away from the buildings and edges of pavem�nts. Surface drainage gradients of sidewalks, pavements, and landscaping, within 30 feet of the buildings shoulc� be constructed with maximum slop�s allowed by local codes. Provisions shauld be made for post-construction movement of adjacent flat work and all pavements. 5ite grading plans should include provisions for the effects of soil movements on access and erttry slabs, adjacent sidewafks and all pavements {See Section 5.1 of this report}. T�e roofs should be pro�id�d with gut�ers and dawnspouts to prevent #he disc�arge of rainwater directly nnto the ground adjacent �o ff�e building founda�ions. �ownspouts should discharge directly onto well-drained areas or c�rainage swales, if possible. Roof downspouts anci surtac� drain outlets should discharge inta e�osion—resis�ant areas. Water permitted to pand in planters, open areas, ar areas with unsealed joints ne�cf to the structures can result in excessive slab ar pavement movements as indica�ed in this report. 6�l��Id�NC� C�Oi�Cb9dICA� G�iOU� ��21-2�2 Page '[3 E�cterior sidewalks, flatwork and pavements wEll be subject to some post construction mo�ement. Flat grades should be a�oided. Where concrete pavement is used, joints shauld aEso be sealed to preuent the infiltration of ►rvater. Since som� post canstrucfiion mo�ement of pa�ement and flat work may occur, joints particularly around the building should be periodically inspected and resealed where necessary. �.� UTI�,17Y T���dCb kXC�►Ve4TIOPd Trench excavation for utilEties should be slaped or braced in the ir�terest af safe�y. Attention is drawn ta OSHA 5afety and Health Standards (29 CFR 'f 92611910), Subpart P, regarding trench exca�ations greater fhan 5 feef in depth. Fil� placement in frenches should be perFormed as specified below. 8.3 O�I�SIi� CLAY �ILL P�C��iEi�T I�d LANDSCAI�If�C �4��AS The on—site surficial clays may be used for general grading and fifling, The filf materials should �e free of surficial vegetation or debris. Clay materials should be spread in laose 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 -1°10 and +�o�ti of aptimum moisture content. 9.0 �I�LD SUPEE3'!!'ISION Many problems can be avoided or solved in the field if proper inspection and testing serviees are provided. It is recommended that all foating constructia�, earthwork, praofrolling, site and subgrade preparation, and pavament construction be monitored by a qualified engineering technician. Density tests should be perFormed to ver�fy compaction and moisture content of any earthwork. Inspection should be perFarmed prior to and during concrete placement operations. Alliance Geotechnical Group employs a�roup of experienced, well-#rained technicians for ir�spection and constructian materials testing who would be pleased to assist yau on this project. ALLl�IdG� C�O`��CHPdICo4� G�30U� �7��9�a7� �age 1� 10.0 LIf�9111iAilO�IS The professianal services, which ha�e beer� performed, th� findings abtair�ed, and the recommendations prepared wer� accomplished in accordance with currently accepted geotechnical engineering principfes and practices, The possibility always exists that the subsurface condi�ions at the site may vary somewY�at from those encountered in the bareholes. The number and spacing of test borings were chosen irt such a manner as to decrease the passibility of undiscavered abnormalities, �rhil� considering the nature of loading, size, and cost of #he project. ]f there are any unusual conditions differir�g significantly �ram those described herein, the Alliance Geotechnical Group should be notified to re�iew the effects on the performance of the recommencled foundation system. The recommendations giv�n in this repart wer� prepared exclusiuely for the use of the client and #heir consultants. The information supplied herein is applicable nnly for the design af the previously described developm�n# #o be constructed at locations indicated at this sifie and shauld not be used for any other structures, locations, ar for any other purpase. We will retain the samples acquired for #his praject for a period of 30 days subsequen# to the submi#tal date printeci on the report. After this period, ihe samples wifl be discarded unless otherwise nati�ed by the owner in writing. �LLIANCF ��Oi�CbNICA�. �ROU� ��2�-212 Page 'I � �� � � � �►L�1ANC� G�OTECHNICA�. CROIJP ���,��,��a - . .-. .;#�-, i�;.�_ . . - . --y�. � F { ,w_ -��; � . i . . . - _ # + + _ � TM� �+�J■ `�I - i�' -_ . .4 } �� i ����.�'�*� T. �� ''f i ��I " ' . � 'ti' ; ' ' �.+1 . ���' " ' ' i, ; . � _� - � � � � :t �•u•����.�• # �` . �, � + ;- .{ �� _�- :t.�' } 4*= ~-� ��.���:-�!, � _ ��� *.�'� � ��y,� '��+� `,� � �l�„'�t'"'�-'�,_ . _ � • ���J.��� ._ _ �� - ��+ J �� ` Y F/k'=i �� �`� �4t��`� i ' - ;�.r 5 � i �� ' �±-_ �"� �� �}�r�•�' ..�#�:�;.�.��.� .'' s f. � t +t -� ��3� 'f '�, • �.� ' � `�� � . t� •�''-�-�-;T:�ti r . � • 1 .� L� . . <+.� x . � w # * S �. +. +-. -t� - ' - - ." . .4. �- i'-� - � ~ . t •�� ++ `• ' r � � ! •+��� �� � � � _#�'+�•�'yi��VS Y�� , _ �t_y�it.�I _u . ' . _ • y '�1�, ��*���ti?R�w 0 �O[� Ol� �ORIRIC ��� Project: �ort 1�'81o�th NatuPe Center �oapdwalk Phas� 2 Project Na.: D€21�212 Date: 212812D22 Eler►.: 61�' Locatian: �ortV�orth, iexas (See Figure 1] Depfh fo water af completion of boring: 12' Depth to water when checked: was: Depfh to caving when checked: was; EL�VATIOPi! 501L SYMBOLS DEPTH SA�v1PL�R5YMBOLS DESCRIPTION MC LL pL pl -200 Dti P,pEN UNC(}N fitrair feet 8 FIELp TE5T pA3A °� °� % � °� p� tsf ksF ���' 0 1116" 9 25 14 11 — — — — '�16„ Brown silty claye� SAiV�, w! large gravel pieces ,�rc�� :�Q�;; Tan sandy SILT, wl calcareous deposits ' 94 —— — - 3616" '°'�" Tan SAhfD, wl grave! pieces and clay seams 1 ti!s" _ 16!&" 61 a 5 1778" 2 13 1 Bf&" 2218"' 14!&" 2 2216" 171&" 1476" 3 605 i0 "1215 2016" — -wa.ter saepage at 12 feet during drilling EDo 15 sns��s�� Brown SAND, wl clayey silt layers 1° Light gray and tan sandy SILT A51fi" '10 &3 596 20 5014.5„ Boring terminated at 24 f��t seo +2s. 565 580 + 35 Notes: �'IGUR�;: Allianc� Geotechnical Group, Inc. _ L�� �� �OI�IN� �s2 � Project: For�l�i'ilo�th Nature Center BoaPdwalk Phase 2 Project No.: ���1s212 Da#e: �I�a�1�D22 �leu.: 620' L.ocation: �ort �4lorth, Texas (5ee �igure 1} Depth to water at completion of horing: 7�' �, Depth to water w�en checked; was: � Depth to caving when checked: was: � ELEVATION! SDIL SYMBqLS � �EPTH SAMPLFJiSYMBOLS DESCRIPTION MG Ll. PL PI ,2pU nD P.pEN UNCON 5trai feef & FIELa TEST DATA % °!n %% °% pcF tsf ks( yn � � fi2(} 0 = - � _ ii��� 3" SAND and GRAVEL 3 � � �5�" 7an SAND wl gra�el pieces ers°' ' s 7 � is�s,� � 1476" 6!&" 3 761fi" 615 5 I 1' �I s90 Tp .� 1 ' �. I 605 15 � �. � �� 600 1316" 261fi" 5613.75" sora.�s° 5010.5" 5011" so�o.s°� 111G" 15l6" 'I61fi•� sn„_s° . . . 5971.5" Very f�ard tan SANDSTONE Very dense tan CEMENTED SAND, wl very hard sandstone layers -slightly compact sand at 12-17 feet -wat�r seepage at � 5 feet during drilling Boring termirtated at 20 feet ����� , �� � ' 595 25 ] �. o I. � 590 30 1 i� ��585 35 � � 1 � � �ot�s: �i����:, � _ Alliance Geatechnical Grou}�, Inc. Symbol Dascrip�ion 8tsata symhols SA1�1D , clayey s i.� ty � SA�TD � ailty � SAND � STLT, sandy SAND, *i�Q :; gravelly � SANDSTONE M:i.sc. S ols � Water table a� boring completion ,�, p1� ,52I4 1.ers � Standard Penetxation Test �No�es: ��� �� ��� ����� � ������� Symbol Description � Auger � TIiD Co1ne Penet�ation Test I1. Explorata�y borings were drilled on daies indicated using truck mounted drilli.ng equipment. �2. Water level obaervations are noted on bpring �ogs. 3. Results ot testa coi'aduated on samp7.es recavexed are reported on the box�ing logs. Abbreviations rxsed are: DD = natura7. dry density (pef) ZT� = liquid limit (�) I�lC = natuxal moieture aantent (�} PL = plas�ic I.imit (�k) Uncon.- uxLconfined compsession (ta�) PZ = plasta�ci�y index P.Pen.= hand pene'trometer (tsf) -204 = percent pass�zlg #20d �. Rock Cores REC =(Recavery) sum of core sample recovered divided by leng�h af run, expressed as percentage. RQD =(Rock ¢uality ]7esignation) sum of core sa.mple recovery 4" or gzeater in length divided hy �he run, e�rpressed as percentage. �i��u��:: ]Eo���l��l�l� P�a�� �I G�4���6e� l�[��ao�°Y� �n� �V�rna�� O���cl ]��simes� ]���e�p�°�is� �omrn�lIla��e F��� W��°�l� �T���r� Ce�te�° � �e���e CTT'Y qF FORT WORTH Fart WnrYh Nature Center & Refuge Boardwalk Phase li STANDARb CONSTRiJCTTON SPECIPICATION DOCiJl1+lENTS City ProjecY. No. 102320 Revised July 1, 2011 1���� VVo�TxQ. Ii�STRIJC�'IO�1S �O BI���L�� �4��U� 1 H� �USI1V��� ��UIiY �0�� �id number� It is #h� policy of the City of Fort Worth to ensure tha full and equitable utilizatian of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Gaal [s estabfshed for a bid, it means that the City of Fort Worth believes that ihere are Business Equity Firms a�ailable that can provide goods or services requested by the bid. �ity �� �o� 1�"i�o�th �usi�ess �quity Di�isi�n �usiness �quity Go�l: 1� °14 ihe �usiness �quity Coal for �id numbeP is q� °fo. This means that #he City be[ie�es that there are available Business Equi�y Firms ihat can provide goads or services required by this bid and therefor�, q� % of the Bidder's awarded amount must be spent with a Business Equity �irm. All requirements and regulations stated in th� City's current Business Equity Ordinance #25165-1 a-2029 apply to this bid. Definitions are at the end of this document.. Because a Business Equity Goal has be�n �stablished for this bid, in order for your bid to be considered, a Bidder must saiisfiv nne f1) o�'the conditions below. A, Commi� io �V[ee� o� �xceed �he �usiness �quity Goal Hire Business Ec�uity Firrr�(s) io provide goods or services and spend at least the goal amaunt with the Business Equity Firm(s). Step 1: Obta�n a listing ofi Business Equity Firms by comple#ing the "Request for Listing of Certifiet� Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to pro�ide goods or services at least 10 cafendar days before bid opening. St_. ep 3: Submit #he fvllowing twa (2) forms: a, lJtilization Plan b. Letter(s} of Intent �. PPade a Cood Faith ��foe� Show attempt to hire Business Equity Firms to m�et or exceed th� goal, 4�ut was unsuccessful. This can accur in two (2} ways: 1) Bidder proposes a smaller Goal Step 1: �btain a listing af Business �quity Firms I�y completing the "Request for Listing of Certified Firtns Form" located at the City of Fort Worth's Business Et�uitv Di��sion website. Step 2: Request bids from Business Equity �irms to provide goads or services at least 10 calendar days befar� bid o�ening. Ste�3: 5ubmit the follawing three (3) forms: a. UtilEzation Plan b. Letfer(s) of Intent e. Good Faith Effort 2) Bidder praposes a 0% Gaal Ste�: Obtain a listing of Busirtess Equity Firms by comple�ing the "Requ�st for Listirtg of Certified Firms Form" [acated at the City of Fort Worth's Business Eauitv Di�ision website. 5tep 2: Request bids from Business Equity F�rms to provide goods or services at feas# 'f p calendar days befare bid opening. Sten 3: If unsuccessful, submit Good Faith Effort Form. Please see OrdiRance �20-37fl.�q] page for requirements of an acceptable Good Faith Effort. I C. �rvve ihafi �l�e �iddep Can �ePfoPm ihe Serrvice and Provide all YVla�erials on �he Project as the Prime Confiractor Bidder must shaw that the Bidder is providing all of the goods a�c{ services thraugh their awn company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase a�y supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Crea�e a Jaint !len4ure wi4h a�usiness �quiiy �it�n At least one or both of the firms must be a Business Equity F'irm Steq 1: Must submit Joint Venture Form ��A��I�I� �O SIIIBMI i �EQLIIR�D DOCU�i�NTS �ND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation far the public opening of bids. �axed copies will no� be accep�ed, ���QU��I��.Y ►��a(�k7 GlUESTIONS 1. If I am Busir�ess �quity Firm, can I count my performance of the bid7 Answer. A Business �quity Prime Cantractar can count Ets self-perFormance ta►nrards meeting the Business Equity Goal for the assigned North American Industry Classification System (NA[CS) commodity codes on its Minority Business �nterprise (MBE) ar Women Busfness Enterprise (WBE) certificatian. 2. What if I am a Business Equity F'irm, but I am unable to self perf'arm all work or pro�ide all of th� goads under the bid, can I count my performance under the Bid? Answer. If the Business Equity Prime cannot selfi-perform all of �he work, it will be accauntable far subcantracting with certified firms to meet the overalf goal. B�siness Equity F�rms that aualify under the °Siqnificant Business Presence" definition may caunt �n �he Prograrr� upon approval ofi DVIN-BE. 3. Th�s bid does �ot have a set arr�ount that the City will �urchase from the Awarded Bidder, haw do I complete the form? Answers: a. �or a low bid procurement, the lawest bidde� shall submit a Utilization Plan no later fi�an 2:D0 PM on ti�e third busin�ss day after bic�s are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their seff-per�orm�d services towards rrEeeting a Business Equ�ty Goal. b. For a Best Value pracurement, all bidders who wish to be considered for evalua#ion scaring shall sufomit a Utilization Plan by 2:00 PM on the third business day after fhe bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-p�rformed services tawards meeting a Business Equity Gaal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Vaiue proc�arement does not timely submit its lltilization Plan with the required documents, that bidder will be deemed Non-Responsive, For a low bid pracurement, the City will notify the next lowest bidder who shall fhen subr�i� a Utilization Plan with required documen#s no later fhan 2:�0 PM on the third business day after ti�e bidder receives notification. This process will be followed until a bidder submifiting the required documents is selected. ��FINI i IO�IS �usiness �quEiy �irm means an Independant Firm t�at is a Certifi�d minority- and/or women-owned business �nterprise (MIWBE) wifh a Significant B�asiness Presence in the City's Marketpface. �usiness �quiiy (�oal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work fio be performed, or goods purchased; the fi-caunty Marketplac�; the availability of Business Equiiy Firms and nan-Business Equifiy Firms in the Marketplace determined ona Contract-by-Confiract basis; and the subcontracting/su�plier �pportunities of each pr�ject. Cer�ifiied m�ans those firrns ider�tified by the North American Industry Classificatian System (NAICS) that have been determfned to �ne a bona fide MBE or WBE by the North Certtral Texas Regional Certification Agency (NCTRCA), the DallaslFort Wor�h Minority Supplier Development Council (DFW IMSDC), Wnmen's Business Council-SW (WBCS), Texas Departmen# of Transportation (TxDOT) or another certifying agerrcy that fhe DVIN-BE may deem ap�ropriate and accepted by the City of Fork Vllorth. D111N��� means ihe City's Department of Di�ersity and Inclusion — Business Equity Di�isian Cood �aiih �ffiorts means the actions �ndertaken by a Cantractor and appro�ed by DVIN-BE as d�scribed inthe Business Equity Ordinance �2D-370 (g). Joint Ven�ure mearts a business entity forrned by two or more independenfi Persons for the purpose of purstaing a common objective, such as a prime cantract. The resulting business entity has additional resources and capacity, enhancing its ability to comp�te for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared ga�ernance. In a joint ventura, the prirne managing partner ho[ds 51 % ar more interest in the business. Partner(s) hold Eess than 51 % interest but in mast cases, not less than 20%. I�iarketplace means the geographic area as defined by the City's most current Disparity Study (i.�., Tarrant, Dallas, D�nton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business �quity Ordinance. Signi�ican� �u�iness Presence means a Person {1) w�ich has its principai plac� of business located inside the Marketplace; (2) which has iis principal place of business lacated outsid� the Marketplace but has been �erified ta be in existence far a minimum af 24 months and from which at least 20% of #he business's workforce is based in ihe Marketplace; or (3) which has cumulative business receipts greater than $1,OD0,000 for wark done in the Marketplace since January 1, 20�3, U�ilixaiiQn Plan means the list of Business Equity Firms that a Cantractor commits will be utilized to meet the Business Equity Gaal far a specific project, th� scopes of ihe wark and fhe dallar �aiues or the percentages of the worEc to be performed. 1/1�LATI�fd� a4F�l� SAfdGTIOalIS 1. Failure t� comply with the City's Busi�ess Equity Ordinance will result in the bic� being considered "Non-Responsive." . 2. Failure to submit the required Business Equity forms and documen#ation will result in the bid heir�g cansidered non-responsive and a"written warninqn �etter that may impact the Offeror's eva[�ation scoring on future City bid appor�unities far up to 12 months, refer to Ordinance 20-373 an VIOLATfONS AND � SANCTIONS for continued offenses or failures to comply. [f you have any questions, contact Qepartme�t af �iver�sity & Inclusion, Business Equity Di�ision Ema�l: �l/IN_8�(a�fartworthtexas.go� � �hon�: 817�39�-aBi4 ro�� R��UE�T ��� �USI�I��� �Ql�li�" C�O�� DEPARTMENT OF D�VERSITY ANQ INCLUSION-BU51NES5 EQUITY DIVI510N Check ty�ae af contract: Canstruction J C�91A� �esignl�uild C1SlP[] �rofess'sonal (A&�)❑ Professional (RFQIRFP) ❑ CFA ❑ iTB �epfi.l�i�. Name: PARD _ First Advertise Date: �11112022 �id �ate : 6/2/2022 1S TH15 CONTRACT ASSOCIATE� Vl�I�H TRV? Yes[� NoL .I �ate Sett� qa �1lIN���; �11112022 Dollar value of TRV contract �sortion $ _ IS TbIS A FE�ERALLY F�UfdD�� COPliRACT? Yes� No❑ IS'�NiS A CI4� COPliRAC7? YesQiVo� C�an� No, TBD r��nt : Iseal Yoar If yes, what year THl� A�OND �UND�D CONiRAC�? Yes� P�lo� Construction: IS TbIS ,� LU�PlP SU�li CONT4�AC i 7 Yes❑✓ No❑ �rofessional: 15 TH15 A�1X�t7 F�E, RlOi�TO-EXC�ED CO�lTFtACT? Y�s 0 fVa�✓ � IS TFiIS �► HOl1RLY �lOT-70�IEXCE�O C�NTR�4CT? Yes � No� IS 'iblS ,� CO�II�IM�i] P�OJECY? Yes[] No� Is this a.fobll1ask Order Contract? Yes❑ IVoO iS 1 bIS ,� �EVI510N? Yes❑ No� If yes, en�er t�e �evisio� numbe� � 1S iHIS A CHARlG� ORD�R? Yes ❑ R!o Q En�e� #� Cont�actar: TBD IS THIS AN AiiIILPf�iVi�Al7? Yes� No� �n�ee ���esign Firm: Kimley�Horn Assoeiates j� e.hi�e :� ���t r�e �.^.i*18! Cha::_� arde:�amgnd:ns:tt. .:�b::iit caaies of all previa..s thange orderJ�msnt',f�ertts regardless of wne+ne� � M�L was required io •�mn�^ry �I�IPROJEC�' f�4�►M� (Descriptton Ineluding Street I�ames�' Fart Worth Nature Cenfer Baardwalk Phase II Project #102320 9601 Fossik Ridge RI]. Fort Worth TK 76135 IChec� applicabl� boxa�. 0 Concrr•ete Pa�ing ❑ Asphal+ ��vtng � Ciraina�� ❑ iMatee Sewep OthePAlternate� Capi4allBid �rojec€�# �02320 O�heP L�rojeci� TO�'a4� GONit�Ci �S�1l�,�iE: $ �,40�,000.00 (Please ATTACN individual sub-totals for cantracts with multiple unitslsections irtcluding contingency. If the docurnentatian is not clear and concise, it will be returned to the department.j Tonda Rice �uyePlPPojec� i'�ar�ager (PRIfV�EI�) �X�, 5759 Paint of Cantact of Other than BuyerlPM: �uyerlProjec� lilianager �SIGkVA�'U��) DAT�: 5110/2022 �XT. Check here to acknowledge that if pay item quantifiies are added to the proposai sectlon after an �Business Equity goal has bean provided by DVIN - Business �quity �lvisian, revised praposal must be suhmitted to �VIN - Business Equity �Evisipn for review. A compliance rerriew will not be performed if additional pay items or yuantifies, which will potentially impac# the Business Equiry goal, are added to the proposal section after the issuance of the goal. TFitS PORiIOR! TO B� CONiF'L�T�D BY 8US1NgSS EQUIi"Y DIVISION �������� ����� MIWBE Goal dB� Goal MSE or SBE Goal (Pr�'ect under pre�ious Bp�prdlnancej CO,�L: 18 % % % �ommenis: ��l�A�� ���� ��7; 2643 poq°��,: 5111/22 Business Equity Diuision Effective a�-ox-�o�1 r.v_:�. nt nu 1"1r!'�LC��/1r�.-ti'"-J.LL�"__ _.�.. a� F- O `w � �� a _ ¢ 4¢ � d a � � LL � � `� dl � 1 � � � 1 �� � � N � :� � I � �� � �� � � :�' W I !�/ � � � � � � N o m a. C L m C �L^ p W � Z N � ❑ � .,. m . (? � N o � � m m .g � � � � � ❑ ❑ � O w � y > > � � � � � � � � � � �° m �O � � Q � ❑ LI.I d y �' � Qi � � ❑ � � � O �1 � °1 � � � � . m i� O. � � � o � C C � W �N � N � C E,: � � N m � '� � � Q fl z � u�i o � � � � e ' � w ° � � � � � � � � .�' �3 � U � Q �/3 C N �' �� � N � w � ❑ ❑ ❑ '� c � � � � Q� � C m � = J,J� - 'H �e LL.� C N fS3 � ,e g p .`m � (� w � Q � .� � �' ❑ ❑ � U p�p � � ❑ � � � � C � � � t� � d� �C U � U c� � � [I] � z � � '� � L�L � � ; � �JJ � C] T � � � � � � U � 1 � � � .e+ A � cn � � � � Q � � 1 A 0 a�• �-' C �' N 4i J a+ {ly V e� � N � � Z `m W � � � � ❑ Q � � � � -L � � "� � � g� � . G � � 1LJ m � � �.�f Q � �, . ` � � � y. � � ta � g ❑ Nf O � � b � � � � � N � g � � � � � � 2 � � � � � � x �+ +�' .� e �� � � � � �w � � � Gs �i � �, (� � C� � � � � � ti1 i� � � •- a�-o C 3 �C O N � � C O � � � �� . O �a N ai�} � � .� n '"' o w a � � a� � � .q m 7 � � � � .fl v1 — C � 'y � � C � � � a (j U ^al a � � �. u� m � 'o C � O� � m d� oU O � N N =U N ^ �U O C � c ,� '7 ti r� � �� y O � 'w (} � (� U N � w � � �a � � p N y 'm � � '� � � 0 � a`�i � � � � C a�i � � � .� � � 'w . � O � y �� � � d a n� O G U .— o �= •r � � � � 3 w � 3 'm �.7 � fi3 � � � c � w f6 C O � o a��i � '3 N� C c co o � Q. � � � � � c `•� a � � � � N C �a a N ,� � N ("�'p � N � C � O CO � U N � = � �� N � � 0 e � a w .� N 'y �U y- � 0 � � �� � C rr W v�i N � y Q N C � •� � 7 m � � �3 � � �� Y D �a C � � N � �C �p ,O � � m � C Q � m� 0 .c y �0�0 � 'o ;� p L � tn � U °� o °� � Qf N m�a � ❑ � � � O �f O ,o ; j U a C .� � � a � � � i � � c � � o � � a �i � m � o a tl� ,� � �U� N t .S � N N � N N c .N � m c � c rn in m � �m. � � � U . c � � N '� .�- O 7 O � � � � O � m � � � � m � �� f0 � N _ � � �a Y � `m °7 � N � � �' N U � Q1 � « c d a � n� v �p o � N �e o = O � c O � �U � ,c �O 'C n� � � 0 m� � o •Q� i� EU '�` ..`��-. m p .1/1 U i7 � � � � � � �� �� �� rr � u� �a a`�i a � Y �� L m m� N a� � ,L L T � � O � N �U 0. 3 N a � � N � . .� ,� . � � m � �n d � � Q o � `a � � .-� 'o U C d '� � � �? � � CC � C � d _ � �U � C � O .q U o � w a � � a C � � cU tl7 p�j a a � � r C .� � a 7 �� � � '� `o � C � � . �� � ��� � � � � [Sf � � � L � r-• ❑ C Q � •�-y U � m� � � a � v� � �� Q ii � ;�, ° �- c� W !�= � � � U •G N m ,o � N O � . � � X C I- af0i m � � w • qajUfj � � U U2� m v .A � O ,� � � �W� '� N G C C N D '� � � � CO D m - •m a ,� � � m ?.� N � 'i� C � � m _ �p in a� �a � m � 10 � c a� O � � � � � �ca�i O� W � tA � 7 Q7 ' '� � w � N �' � T O r� C � C D � y = �n � �3 C� o� a o � -o ��� y � w�+ ,� [� � � iw �'D �'�� � �� o ��� � C � N '� U m � •G m � � �, . ui m � � � � c � m• o € � � p W � � w� y � � C U ,.��. 7 m aj m' � � o .� � � .o � � - E ,� .�; 3 � � � ���� ���°� �� � � O � � � Ew � � � � � � m � � � ,.'��, �y •�' � � � . � N �1% .�' N = � '� ,C � W � �i �'j v� o m � � � U O v1 �' U � 'j � � v�i� u�w � �s Q � � � "'' C � d��N � t '"-- � ' � CO Q � a � N W � zd Q Q � � ` � � � �i � � r� � � � � � a �� � � � � � � � O_ Q? �Q ,�r„�, uD +� �' � �" ~4 y � pT G � � Q �l O � ' - {� ` s!� L: � a� �.� ��'F C �- � � � � � d � a � � � N �� � � m �y +. � 3 C❑ _ � (�? (] � .� ;�' � � " c � :� � ��a�� o t� �, $ � aci �. N p U7 S4i 1�Jh 7 � �i. a �� {� L � } C� Q N �l ` f� � N -4 m .� � � ` ti�ii � @ Q. t�l+. � � ..�+ � � .t' m G� '� y Z1; ��� C� ?f} +h yl 07 � � " E'�;c�n� �.�'�'�n' �� � � 4 �7 � O � �U � � � � � � E .�^ p. c � � �� a�� � O � w��aa�'F �� N � �a va� `��i � � � � � • � �, �: � � m�= ��-� ������ *. 6. � � �� U�7 w � _ � � E � �' � E 4'4 d a' 47 � � �o- � � `C7 � .L.� 47 lS� N � V]' m � �' O Q �. ��� z��'-�m� � a� � � n � E, ¢� '��ro�y� N t� u � � E E' � � �� '� �- �F � c � �� � � C •� . iS e�r� 4.y' m 1p W LLJ ,= i-' +.a � � d 4 � F.i l� ca��-� •� � �5 7 � � � la 07 � N $ m £ ua �� Qf �: � � � a� � � u°.i V • 7 V�J ,, � $ a- `, o��ar�»��' (p uy '� 41 � .e, w- l"" L: Ci. �, � � � rr. G y5 � � i6 � � y ` � v�i� Q��� L� ' U3 m � '� ql EL � v�] N �1 {V V � x � > p L'�f�7S 9. � 4] S] � � � � � [} � {1] � {3 sa 2 � a � O �,, � L � � �� m � � � ¢ � c� a .�i � u,1 � � C�'. - �� 6} `C; y � �. � Q} � .�s � � � � I� � �� � � E � � -� o , 4G �i G �: a � � �� u� � Zh �[i t Y= ' V1 �w '� 'L} p} UT �= �- �� .� ,, �r o � u �y t�+ ? a � U � � � C � UU-� � C � � .� � �. {IJ � �� � q,5 � � � � id r � i�a], ��'" � i1 U w � � _ � ai c� �: C � p� 74 � N: 4 � __ � Ch �' a � � �_ �� � '� � b � � � � � � � � � � � .� y � m iA � � a i� A �1 F31 e � Y C� � 7� � N e .� � � �1 .� N � 3 � � � e � a � � .� 3 � d �� .� �� rn � � � � O � .� � � a� � � M � � � � d � V � � � � G U � U (p �p aj � N .� ai � � '� m (u �+ '� C y '�,�. 6S C N '� � G N 'y � � Z S Z Q Z i Z¢ � = Z Q � ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ L�I a3 N N (6 � (4 � (4 � � � � � U � U a. LL. � L1-, � 11-, dj �G�i ❑ ¢ � ❑ ¢ � ❑ a � C � � � � N � � � � � � c� � � � , � a Q U � ¢ Q CJ � ¢ Q C3 ❑ ❑ ❑ � ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ � V � � U � � � ❑ a � ❑ � � � � � � ❑ m ❑ a ¢ � U� T� U F- c�s � � � � ' • � � � O � �s � cC O � '� � � V � � kL U ❑ w�-. � Il U � C} " � L�C�I�C� � DODCr' � Ol�l�❑ 6 � � � � ~ a+ ;�, � � U� Z _ _ ��_ _ _ �I - � A. - � � � N fR W d a m ` u7 �c, v �' � �� � a t�? N f� �� � � � � � ,� � � ,� � f- •� � 1� W o o c.i � o :.i � o c� a � o N o � 0 �� a C�j � � [) � e. V Q �„ a ,, a �. a � � � � � � � � � LL � 0 � W � Na � n, �� I � � A � ao ��y-� � (,] 4�-1 a� � �� � fl � g � o ao � � � b � � �V � � � � � � N N w I�A IA a.+ � � H� � � e � d a � � � � � t'�� � r. � • � . s. � � .� ' Ia ' � � N i3 O � � � i�3 � � O 9 � g � A 'a `� � � O ao a � u� t� co a �� cs � a �. w t� �I � � a� � C O � o� c N 'C � � ll.l � l a �� � ¢ d' `� o � Ll.l � �a � Q �. �i � i � �.1 � � � O � C a� � � .�, � � � � � � � .� � � � � � � � � � C V C C V �� C V G V � m � Uf •� m � � 'C 0� � � � [Y] � � '� Q � � � � ? m � 10 y a� � � .� a� o �+ �� a � ia � o N � E o N i� E �' � s z¢ Z Y Z�C Z 2 Z� Z 2 ZQ � � � � � � � � � � � � � lLl � m a� m m ��y N c � � � c�i � � f� � U � U � � ' � ' � ' � 'ti � ❑ E G ❑ � C � C � C � Q � a � � a � � a � N C �ccrpp� C�q � ClQ .N((�1{ C � .� � � � lCl1 j � U (0 j � �? S4 7 � � C[f � � v= UJ itl � � N l0 � w �SA (4 � � �Ui (4 � a¢ � � ¢ � �¢ a � � a Q � ❑ ❑❑❑ ❑ l�❑❑ ❑ ❑❑❑ ❑ ❑CI❑ � U U U U ° � � � � � � U � U ❑ V � V � f� Q 7. U� 7, � 7, n 7+ p � �� U I- �� U 1- m� U�- �� C? F- E' � � � � a� y � k.�- � ur y � � ❑ m � � � � a' t � � � ,� � � � � x � �. � c� � a � o z � c " � 1D 00 � � n 0�7C� � a Z C�-- - � ❑ ❑❑Gl _ v � U � �I U � � v � 6 k � �� I � � I y, IIS �F•' T' u a� A. � v7 z W W � � J � a � u��l �� � �i, d a�r � � I G, � �: �. CJ ' s` � � �' � � ua v� u! uF � au aM1 a; a � O 4 l'� !:+ 4 � A � � � � � F� m � 1- a � � � � � CJ � � C.� � � V � N C) � �� � fil � a fn d �' Uj 0 6 (q 0 �a � � � � � � � U � �' y � �, a a w� a a �. a a �. a � � w � � � � � �- � a, � o� �� w� w� �� o� a� �� � �,, aa �� � � � a � Q � A O � 6 R z� N a� � y a� a y N � u) y w N vJ e�+ � � .. � � s��. � �' .�.+ � � � �� � � � � � � � � � � a� �(A 'O A � g �fA � O �` � �ffJ � O � � �fA "� A � � � a aw �i � Q �� c� � a aw c.�> m e aw �i N N Ca � ��o� r m O � � � � � � a w� ¢� � o r- �, W � _� Q k ¢ � LL � "+ � .� � � � � � � � .� � � � � 0 � � F+�1 �3 �4 � � � � � � LIJ N � Q �. � � � (/� Lv/ � � �a O �y � � � F- � s � N g L c � °� � .a b � � n�. � N � � � � � � � � O 61 V [�} Ia � N •� � � � � U L1,i � � as � � � � � � � � � � � ,�' �i LL G� ' � � � � � � � � � �� � � � � � � � � � � � � O fl O � c c � q Q Q Q � (li (0 c� � O O Q ❑ ❑ � B N c0 [3 � F- F- M-- � � a � '� O � O � � � U � , � � � � '?�n.� � � � ���� � �� � � s � '� � � � � � VS [Q � vJ � � � O � � :''' C � — � � [6 � y N O � C � � � � � C o � � � i���Q � a o � � � � `� o a � �. � �O � � i� .��m�m ava� w -� � as L — � � � � � � u � � � � � � � � � •� � � �� � ¢ � ,N � � � c � � ,� �N m e � m O � +' �.1 � ;w � � �� � � p � W � � � � V � �} N N � � O � �� a� o � � � � C � � .� O � � � � � o � �, U � u1 � � N aa�a i,� � +� a � �+ � o c +d L ..w+. O � � � � � N (4 ._ E � � � � o ,} • � � G � "-= C5 N .3 � � V � � ` O E 9+ � N � � � � O. O���E � .��. (6 � U •` � v � � � C6 � C Q- � � d? O C � � [— -� U .� � Li a� � d 0 � L � � � � � � o;�.� � �'. � � � � � � o � � N N C L � � � Q) r�-, � � p � .� V _ � .t.� � � "� '� .0 G � '� � -�i � � 0 � � � � C � � � � O � � Q � �� � O � ' ' � �Nc�n�'E ������ � a � � � � a"��� � � p � � .� a� c � � c U � a.� � v � � �a���cu ;�' � o ,� o � N ~ N � � � ...� � � � � I� � � [� C � � a� � � � � V � O � � � � � � •v L +, ��tG. flo �WO � �.,� ��nm�s.�o ��.� �w '� � L � o � o•�a.��� p- � U3 p, � O O m � � �O 'a � ;o N � � y � � �.. a1 (� O (I3 Q- � C p.�j C � C4 ..� � � � L � � Q � O 'C ,C �' v � � � �.� � � � � +�-. � � (� d O �,N+..� � L�j � � N O ��"fl V � � � 9� � � � (� O t U � � V .+.' � N C Q t� � � � � � N � ��°m��� ����� � � � � p�j p � � '� t►) �� Ua a' ,�.�. Q3 7, W � L � L � N � O �� E � � C � � � � .� N � � a � L � � � {� � U � N .ro � G p � N � o � OI � � � � �, . � � � c�a � � '� o �3 �cr3 C`� O Ofl � N O. �. � � � � � � � � � � � 6 � � � id? � � � � A _ � a S 6 � a � � e � � � Z � � �O♦ V c�l N O N O � � .� � � C A � � � � m � g .� � � � A � � � � t� o � N N �� o � o ; �� �� 2 w i C a .� y d .� �� � 6 W' � w C m n 1 J c �+ o � .� � y � �� c � � m �� Ui 7 �r � 7� � �I �� ca •= a� Q I �� r�,T �Q�T�,� C:I$�I O'f �Ot°t �Of'�i1 �+iiACH�r7EN'i 1C - - �usines� �qui�y �idision page �I of 4 ��vd F�ith �ffo�t ��pm PRIMEIOFF�ROR Check applicable box to describe COMPANY NAME: PrimelOffero�'s Certification �� ❑ � n PR0.7ECT NAME: BID DA7E Business Equity CsoaL• Offeror's Business �quity Goal Commitment: PROJ�CT NUMBER % % Ml� �FCc'C O�EI'G� 4VC�I i�iit I,.c�� v+ �iii:��� �{�"4�3 �IIaS��i�S3 C{�U�i'� �:,d� �OY �Yia �`i�ujeen.iF t�e Rrimeii.Fiferar �iiis`n Ca^�..�jriB�E tn��. f�r:�3. � i� �he �rimelOfi�eror's rrte�hod of compliance with �he �usiness �quiiy �oal is based upon demanstPa�ion o�' a°`Gaod �aith �fFoei", the L�rimel0#fieror will have the burdsn of correci[y and accupately pre.paring and submiitir�g the documen�ation required by f�te �' City. Compliance wi�� each iiem, 1 ihpu 1Q pelow, shall satis�y the Goad �aith �#fort , requiPement absen� �roofi of firaud, intentiortal andlo� knowing misrepresentation ofi the facis or in�en�ianal disc�imination by ihe �rimelarreror, a-ai�u�� to comptete t��o� rorm, Ir� �ts �nt�Pety �iiEh suppn�i�g dacu�entatic�, and �r�ceive� by tt�e F�,rc�asin� ��yisfc�a no lat�r thar� i:�70 a.�e. �r� ��,e t���e� C���I biiai�►��S CaA+f 217t�� b€t1 Gj���t�n�, ex�;���ve nf his� �a�aenia�� �ia�er, +�+ilE ee�ulit i�s ii�a �i�d be�rsg cu�������ed not�-eesp�n�iv� to ���i specii��at��n�. �xcepii�n: �F�., ����, andl CQ��s pr�jects, sl��umenta. WIIG �3� SG�`i�r�ie��c� tQ �IIB C��y �r-ojec� Mana�gr� �� pubiicl�r #�id ar ta tt�a Gev�ioaer iT priv�t�;v b�d. 1.) Please list each and e�ePy s�bcontpacting andlor supplier oppartunit for the completion of this project, regardless of whetheP it is to be provided by a Business �C�LIiL�1 �IPITi or nom�usiness Equity firm, (DQ MQT LkSi NAIVI�S OF FIRAPIS�. On all projects, the PPimelOffe�or must list each suhcontracting and oP suppl9ee opportunity regardless of tieF. � (Use addifiona! sheets, if necessary} � List nf S�bcontFacting Oppoetunities �ist of Supplier Dppo�tunities Effective 03Mbl2022 ATiACHiiFI�NT 1C �age2of4 �.] Obtain a cu�eent (not more than two {2J months old from the bid open dafe) list nf �usiness Eqvity subcontractors ancllor suppfieps from the City's Business �quity D'rvision. � Yes � No Date of Listing 3.) Did you solicit bids feom �usiness �quity firms, within the suhcontracting anc�lo� svpplier areas p�eviously listed, at least ten calendar d�ys prior ta bid apening by telephone, exc[usive af the day the bids are opened? � Yes (ff yes, aftach list to include name of Business Eqvity firm, person contacted, phone number and date and time of contact.y Q✓ No �.j Diti you solicit bids fpom k�usiness �quitjl firms, within the subcontracting andlor supplier areas previously listed, at least ten calendae days prioP to 6id opening hy fax, exclusive af the day the bids are opened? �Yes t�f yes, attach list to include nama of B�s➢ness Equity firm, fax number and date and time of contact. In addition, if the fax is , returned as �ndefiverahle, then that "undeliverak�le confirmaiion" received must be printed directly from the facsirnile for proper dac�mentation. Failure to submit cpnfirmation andlor �`undelivarable confirma#ion" documantatinn may render the � �d GF� non-responsive.j 5.} bid you solicit bids frorr� �usiness �quity #irms, wi#hin the suhcontr�acting andlor supplier areas pPeviously list�d, at Eeast ten calendar days prinr to bid opening 6y email, exclusive of tf�e day the bids are opened? � yg� (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undellverable, then tfiat "undeliverable message" receipt must be prfnted directly from khe email system for proper documeniation. Failure to submit confirmation andfor "undeliverable message" a�❑ �� documentation may render the GFE non-responsive.j N6�'b�: Th� ktt��� ri���had5 i[ieniifieal a�.�Y� �r� accept���L fo; �oiiciiit�� bia�, anr� �p��� ��i�u:i�d r�:�h�od r��# �� appl�c�i to t�a a�a�aiica��� ��r�R�a�'s. iP�� PrimelOffi�res rn���t dacu�rr�ent i�hat ���t;G� at . f�da� tiiv�U idl��Fi��#cS liv��� �i3ac.^ Sxai�i� �'ii.� �# L�Ai� �ii:28 fl'1@t�iii�� �i f�'ic�� 8� ���St O�lfi' SlICC45$liiif C:V[1[d�:� livaa � iT1aC�� i.i�}lil� �PiB �� fklt.` tFitii@Q #il��iievva� i�l OPa2� t�D i�$B[71B#Ii F�ypvnSRv2 ��► ��lE G►iivcl �aiti� �i���k re�uir�����t, �iv�T�: Tha FrirneiOf�G�r�a rriu�# �on�ac# t�}t� ent�rG �us'r���a� �qui�y+ iist sWeciicc t� �ac�+ suaconiracii��� a„� su�,���ar oppo�iuniiy t� bc� i� cortnpii�s�i:� uvit�h �uesiinn� 3 t�hru f, 6.) �id you pravide ptans and specifications to pot�ntial �usiness �quity firms? � Yes Q No �.) �id ynu pravide the infvFination eegaPding the location af plar�s and specifications in order to assist the �usiness Equity t'irms? � Yes � No Effective 03115I2022 A�iACHYlfl�NT 1C Page3of4 8.} Did you pPepaPe a quotation for the �usiness �quity fiprrms to bid on goodsfservices specific to their skill set? ❑ Yes (If yes, attach ali cop'res of quotations.) ❑J i�10 9.) Was the contact inforrnati4n on any af the listings not �alid? � Yes t�f yes, attach the information that was not valid in arder Par the Business Equity �i�fsion ta address the corrections needed.j � Pl�O 1�.) 5ubmit documentation if Bus�ness Equity fi�ms quotes weFe re]ected. The documentation suhmitEed should be in the firms forms of an affidavit, include a detaifed explanaiion af why the Business Equity fiems was rejected and any supporting documenta#ion the PpimelOffe�o� wishes to be canside�ed by Ehe Ciiy. In th� e�enE of a bona fide dispute conceening quote�, the �rimelOfferor will pravide far confidential in�camera access to an inspection of any rele�ant documentation by City persannel. Please use additFona! sheets, if �ecessa and attach. Cam an �iame Tele hone Contact PeFson Sco e of Work Reasan for Re'ection A��ITIONAL INFOR�iiIATIOIV: �lease provide additional infoPmaiion you feel will fu�theP explain your good and honest efforts to obtain �usiness �q�ity firm pae�ici�aatian on this ppaject. Yhe ��im�IOr#eror fiur�her agrees �o prodide, diPectly io the �i�Eq upon request, complete and acc�ra4e in�ormafiion r�garding ac�ual dvor� perfio�med on this con�pact, the payment thereof �nd any proposed ch�nges �o �he original arrangem�n�is submi�ted �vi�h this bid, ihe ��imelOfFe�op also agrees �o allow an audi� andlor �xamina�ion ofi any books, recopds and �iles held by �heir company thai w�ll sub�tan���Ee �he ac4ual v�ork pergormed on �his c�on�racfi�, by an au�ho�ized office� or employee of the Ci�yy. �►. L��imel0#fero� who in�en�ionally andlor knorn►ingly misrepresen�i.� ma�erial facts shall be Deba��ed for a period o# iime of not less than fih�ee (3) y�ars. Effectiue a311512022 ATTACNi4��NT 1C Page 4 of 4 The und�rsigned cerrtifies that �he in�orma�ion provided and Ehe �u�ine�s �qui#S! fiems lis4ed vbraslw�ere coniac�ed in good fiai�h. I� is ur�dersiood ihai any �usine�s �quiiy �i�ms lis�ed in Attachmen� �C �ill be con�acied and the eeasons foe not using �hem �►ill he veri�ed by �he �i�y's �u�iness �quity l�idision. Authorized Signature Title Company Name Address CitylStatel�ip 5/11/2022 Printed SEgnature Coniact Name anc! 7itie [if difFerentj �hane Number Email Adc�ress �ate Business Equi�y Di�ision Email: pVIN B�Office@fortworthtexas.go� Phone: (817} 392 2674 Eff�ctive 4311 5128 2 2 �oRT �o�Tx ATTACHMENTIB Page 1 of 1 �I$�/ Oi �OF'�'�'��F'�h �usin��� �quity (�Ilf�l��) Sp�ci�ica�i�ns Prim� Cen��acf�r 1i'�I�i�e� �orm I� OFF�ROR COMPANY NAME: Check applicabfe block to describe Prime PF�OJ�CT NAME: MMBE NON-MWE'� BI� DATE City's MBE Project Goal: Offeror's MBE Project Committnent: PR�JECT NkJMBER °�u % If both answers to this farm are YES, do not complete ATTACHMENT 1C (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 rrtust com�le#e ATTACHM�NT 1C. This form is only ap�licable if�h answers are yes. ��il�re to �orn�l�#e th�s f�rrn in its �ntirety �nd f�� �'�c[�ive[i �y �he �urcF�asin€l_.D.ivisia� no la#er th�r� �:�U p.�'n.. urt t�e second �ity �u�ir��;;s da �fter 47id �+ el]in , e:tclusi�re af the �id op�nrr�� �at�, �ill �es�E� i;� t�e �id being �onside�'ed non-ro��o�7�i�� ta b€d sp�cif�cati�ns. l�liil you per�orm fhis entire con4ract without subcont�-acioPs? If yes, please provide a detailed explanatian that proves faased on the size and scop� ofi this project, this is your normal business practice and provide an aperational profile of your business. �Iill you pe�o�m �his en�ire contract wr9thout suppliers? If yes, please provide a defailed explanation that praves based on the size and scope of this project, this is your normal b�siness practice and provide an inventory profiie ofi your business. � YE5 � iV0 �_ � Y�S { � NO � The Offeror further agrees to provide, directly to the City upon requesk, complete and accurate information regarding actual work perFormed by all subcontractors, including certified MIWBE(s) on this contracfi, the payment thereof and any proposed changes to the original IVVIlVBE(s} arrangements submitted with this bid. The Offeror also agrees ta allow an audit andlor examination of any books, records and fi[es hefd by their company that will substantiate the actual work performed by the MIWBEs on this contract, by an aufhorized officer or employee of the City. Any intent9onal andlor knowing misrepresentation of facts will be grounds for terminating the contract or debarment frorrt City work for a period of not less than three (3) years and for initiating actian under Federal, State or Local [aws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less �han one {�{) year. Autharized 5ignature Title Company Name Address GitylStatelZip Business Equity �ivision �mail: dVIN BEOffice@fortuorthtexas.gov Phone: (817) 392-267a Printed Signature Contact �Eame (if different? Phone Number Fax Number Email Address Date Rev. 311312�22 s I ��� �� ���t . Joint Venture - Page 1 of 3 � CITY OF FORT WQRTH NI/WBE Joint Vent�re Eligibility Fo�rm �� Ald questions must 6e answered; use 'PN/A" if �zot rrpplicable. I , Narne of City project: A joint ventu�e form must be campleted on each project � � RFP/BidlPurchasing Number: � �, � I � 1. Joint venture infarrnation; Joint V�nture Naxne: 3oint Venture Address: �I. f aPl�licc�ble) Telephone: Facsimile: E-mail address: Cellular: Ideniify the firms that campris� tha joint ventvre: please atfach extra sheets if addifrona! spacs is reguired fo provrde detailed explanations of work to be performed by each firm comprising the jaint venture n'�'�� ��� Non-M1WBE firm narae• oame• Business Address; Business Address: City, State, Zip: Clty, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Ceftular Cellulaz Certification Status: E-mail address Name of Certifying Agency: �. Sco e of �vork erformed b th� Joint Venture: Describa the sco e of work of the M/WBE; Describe the sco e of w�ork af the non-MIWBE: Ftev. 21'f 3119 Joint Venture Page 2 of 3 3. What is the percentage of MIWBE participativn on this joint venture that yon wish to be counted toward meeting the project goal? 4. Attach a copy of the joint �enture agreement. 5. List companents of o�vnerstup vf j oint venture: (Do not complete if this informalton is described in joint venture a reement Profii anc� loss sharing: Capital con�ributions, includin� equipm�nt: Other applicable ownership interests: 5, Identify by name, raee, sex and firm those individu$ls (witl� titles) �+vho are respousi6le iar the day-to-day management and decisian making of the j oint ven�ure: Financial decisions (to include Account Payable and Reaeivab[e); Management d�cisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purcnasing nf major equipment and/or supplies Supervision af �eld operations ; The City's Business Equity Divisian will review your joint venture submission anci will ha�e final , appra�al of fihe MIWBE percentage applied foward the goal for the prnject listed on tf�is form. NIDTE: From a�d after the daie of project award, 'rf any of the participants, the indi�idually defined scopes of work or the doltar amountslpercentages ch�nge frorr� the originally approaed information, then the pa�ticipants �rrust inform the City's Business Equity Division immediately for approval. Arry �njuski#ied ohange or deletion shall be a material breach of contrack and may result in debarment in accord with the procedures outlined in th� City's Business Equity �rdinance : � . Rev. 21131'f 9 Joint Ventur� Pa e3af3 AFFIDAVIT The undersigned affirms that the foregaing state�nentis are true and correct and include all material infarmation necessary to identify and explairi fihe terms and operation of the joint v�nture. Furthermore, ihe undersigned shall agree to provide to the joint venture th:e siated seope oi work, deeision-making responsibilit�es and payments herein. The City also reserves the right to request a.ny additional infarmation de�med necessary ta determine if the joint venture is eligible. Failure to cooperate and/ar provide requested infarmation within the time speci�ed is grounds for termination aithe eligibility process. The undersigned agree ta permit audits, interviews wi�h owners and examination of the books, records and files nf the joint venture by any authorized representatives of the City of Fort Vtrorth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the pro�isions of this joint venture's eligibi�ity and may ini�iate action under Federal, State and/or Local lawslordinances concerning false _ statements or wilIful misrepresantatian of �'acts _________ __ __ ____�__� � � �� Name of MBB Pum Name of non-MBE firm _�__�-------------------------_- Printed Name of Ownar Printed 3Vame of Ow►�cr Signatura of �wner Signature of Owner Printed hFame of Owner Printed Name of Owner Signature of bwner Signature of Ov,mer Title Title Date Aatc Notariza#ion State of On this CounTy of day nf , 20 ,. before me appeared and to me personally known and who, being draly sworn, did execute #he foregoing af�davzt and did state that they were properly authorized to execute this affidavit and did so as their free act a.nd deed. Notary Public Print Name Natary Public 5ignature Commission Expires Office af Susiness Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2fi74 (sead) Rev. 2193119 �o�TVVoR�r��_ ��s���s� �qui� �nn�i�n ��TT�R OF IN i �Idi l�. Bt�sf�t�� Ey�ity �ti�•�orr���taf��ar�siil#�i�ni Infonm��i��: A Qer��ied �uslness ��i fir�n is owned � a MI �i or Wom �uslness �r�t� ri� MRN� PRO,IECT �# 8[D # _ (IlAppl�able Pleasa Check One) Amendmsnt 0 Changa Ordsr ❑ [Pursuant to ti�e City oF Fort Worth's 8usiness Equify Ordinance, c�rtified Business Equity firms participatiRg under the Ordinance must be certified prior to recomm�ndation of award in order #o be counted fowards the Business Equity contract goal, Certifying agencies acceptable hy fhe City; Norfh Cenhal Texas Regianal Certification Agency (NCTRCA), DallaslFort LlVarth Minorify Supplier Development Council, Inc, (�FW MSDC), Women's Business Council - Sauthwest (W8C5), or tf�e Texas �epartment of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DB�y by the NCTRCA andlor 7XDOT only.] All �ield8 � R�qu[�ed P�a �of I�ave �la�k. 1. Name of Project: PARD �. Name of OfferodPrime Contractor: 3. Name af Business Equi#y Firm: Address; ��11I2Q22 Firm Gantact NamelPhone: 4. 7he undersigned is prepared fo perform the fo�lowir�g described worlc andlor supply the material listed ir� connecfion wi#h fhe above project (where applicable specify "supply" or "instali" or both): NAICS Code: (Owner! Auihvrized Agent? Type or Prinf Name (Signature of Owner lAuthorized Agent of Certified Busineas EquRy Firm} (Emall Address) 8. �4�idavkt of 4�f+aror{�ime In the amount of $ (Name oi Certifled Bus�nass �qulfyy Firm) (Datey (Phone Number) I HEREBY D�GLAREAND AFFIRM that am the duly authorized representative of {OwnerlAuthorized Aganij and that I have personally reviewed the maierial and facts (Hame oi OiferodPrimej set forth in this Letter of Inten�. To the best of my knowledge, information and belief, the facts In this form are frue, antl no material facts have been omifted, Pursuanf to fhe City of Fort W�rth's Business Equity �rdinance, any personlentity fhat makes a false or fraudulent statement in connection wit� pariicipafion af a cerfified firm in any City of Fort Worth contract may be referred far debarment procedures under the City of Fort Worth's Bus9ness Equity Ordinance, I do solemnly swear ar affrm that the signatures cor�tained herein and the information provided by the OfferorlPrime are true and correct, and lhat I am autharized on behalF of the OF#erorlPrime to make the affidavit, (Owned Aui�orized A.gent) 7ype or Print Name (S[gnature nf awnerlAuihorized Agent} (Email Addressj (Name of OfferorlPrime) (oate) (Fhone Numher) Department ofbiversiry and Tnclusion Effective O1/D312D21 Business Equity Division Revised. 6-5-21 Email; i�V�h_BF ;,,rtwor+n« � ^�; uti.4�7_�o7_T,t�n 1����r�w�lll� �hase �I GC-�m�� �V��� R.�.�es CITY OF FORT WOATH Fort Wor�h Nature Center & Itefuge Boardwalk Phase II STANDARD CONS'I'RUCTIaN SPECIFICATION DOCLJMENTS City Project. t�o. 102320 Revised July 1, 2011 2D13 PREVAILING WAGE RAT�S (Meavy and Highway Constructian Projectsj CLASSIFICAY'ION D�SCRIPTIDN Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Ralcer Broom or Sweeper Operator Cpntrete Finisher, Paving and 5tructures Concrete Pavement Finishing Machine Dperator Concrete Saw Operator Crane Operatar, Hydraulic 80 tons or less Crane Operator, Lattice Boom SO7ons or Less Crane Operatar, Lattice Boom O�er 80 Tons CrawlerTractor Qperator Electrician �xcavator Operator, 50,000 pounds or fess Excavator Qperator, Qver 50,000 pounds Flagger Form Builder/Setter, Structure5 Form Setter, Paving & Curb Foundatfon Drill Operator, Crawler Maunteci Foundatian Drill Operator, Truck Mounted Front End Laader Operator, 3 CY or Less Frant �nd Loader bperator, Over 3 CY Lalaorer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milfing Machine pperator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machlne Operator Pipelayer Reclaimer/Pulverizer Dperator Reinforcing 5tee[ Worker Roller Operator, Asphalt Itoiler Operator, Other Scraper Operator 5ervicer Small Slipform Machine Operator Spreader 6ox Operatar Truck briver l.owboy-Float Truck priverTransit-Mix Truck DrE�er, Single Axle Truck Dri�er, Single or Tandem Axle Dump Truck Truck Dri�er, Tandem Axle irattor with 5emi Trailer Welder Work Zone Barricade SerUicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.45 14,48 18.12 17.27 20.52 ].4.07 19.80 17.19 16.99 1p.06 13.84 13.16 17.9� 2i.07 13.69 14.72 1o.7i 7.2.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.Z4 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.$6 14.84 11.68 The Davis-Baeon Act prevailing wage raYes shvwn #or Heavy and Mighwey constrwction projects were deterrr�lned by the United 5tates �epartment of Labor and current as af 5eptember 2013. The titles and descript€ons for the classlfications listed are detaileci in the AGC ofTexas' 5tandard 1ab Classifications and Descriptions for Highway, Heavy, Utilities, and lndustrial Construction in Texas. Page 1 of 1