Loading...
HomeMy WebLinkAboutContract 49646 CITY SECRETARY ✓ D.O.E. FILE CITY SECRETARY CONTRACTOR'S BONDING CC' CONTRACT NO. FORT WORTH CONSTRUCTION'S COPY CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF ARTERIAL ROADWAY IMPROVEMENTS PHASE 2 TIMBERLAND BOULEVARD (FROM EXCELSIOR LANE TO N. CAYLOR ROAD) City Project No. 02288 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION& PUBLIC WORKS DEPARTMENT MAY 2017 fr: � •°S*frt Qty 2 3 4 S 6, *PAUL J.PAQILLA, . t�. 83698 r Q� d' M U LTAT E C H h 3A ^• AN C N1TECTO.ENG7NEER0 RECEII/E--n o TBPE REG#0351 SEP 2 01117 � MULTATECH Engineers, Inc o C�Ty(1FF 2821 West 7w Street, Suite 400 OR7 l-iORTf� �' Fort Worth,Texas 76107 OFFICIAL RECORD CITY SECRETARY F'i'.WORTH,TX CERTIFICATE OF INTERESTED PARTIES FORM 129 lofi Complete Nos.1-4 and 6 if fhere are interested parties. OFFICE USE ONLY Complete Nos.L 2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 12017-231002 McMahon Contracting LP Grand Prairie,TX United States Date Fled: 2 Name of governmental or state agency that is a party to the contract for which the form is06/29/2017 being filed. City of Fort Worth ]Date Ac �1 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, provide a description of the services,goods,or other property to be provided under the contract 02288 Arterial Roadway Improvement Phase 2 Timberland Boulevard(from Excelsior lane to N.Caylor Road) 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFRDAVrr I swear,or affirm,under ponalty of perjury,that the above disclosure is true and correct. SHELLEY E. MCMAHON P Nototy Public,State of Texas .; �'• - My Commission Explres August 04, 2018 ignature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said �111�,d this the day of , 24 ,to certify which,witness my hand and seal of office. Signature of oath Printed nerve of WkW adminmlieft oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethies.state.bt.us Version V1.0.883 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF ARTERIAL ROADWAY IMPROVEMENTS PHASE 2 TIMBERLAND BOULEVARD (FROM EXCELSIOR LANE TO N. CAYLOR ROAD) City Project No.02288 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION& PUBLIC WORKS DEPARTMENT MAY 2017 r' V. ■ :* .. PAUL s.PADiUA AN M U LTAT E C H h TBPE REG#0351 MULTATECH Engineers, Inc 2821 West 7°i Street, Suite 400 Fort Worth,Texas 76107 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 00 46 i; Bidder FLpeq"ifieation Appliemism 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Btisifiess&#efpr-ise Geal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey(See modified section 01 71 23) 01 7423 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02288 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 03-Concrete 0335 13 Integral Concrete Color Division 34-Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectt)oiiit.buzzsaw.com/c lient/fortworthy-ov/Resources/02%20- %20Construction%20Documents/Specifications Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26-Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31-Earthwork 31 1000 Site Clearing 3125 16 Unclassified Excavation 31 25 00 Erosion and Sediment Control Division 32- Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02288 Revised February 2,2016 FORT WORTH ""o �2 City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 3441 20.01 Arterial LED Roadway Luminaires 3441 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.06.13 City of Fort Worth Best Value Utilization Form GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02288 Revised February 2,2016 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA ` % TH DATE: 8/15/2017 REFERENCE C-28339 LOG NAME: 20TIMBERLAND BLVD NO.: PHASE 2-CO2288 CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with McMahon Contracting, L.P., in an Amount Up to $3,056,307.03 for Timberland Boulevard Reconstruction from North Caylor Road to Excelsior Lane (2014 BOND PROGRAM) (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with McMahon Contracting, L.P., in the amount of$3,056,307.03 for Timberland Boulevard reconstruction from North Caylor Road to Excelsior Lane (CO2288). DISCUSSION: The 2014 Bond Program included Timberland Boulevard as an improvement project from Excelsior Lane to U.S. Hwy 377 and Park Vista Boulevard from West Caylor Road to Timberland Boulevard. The project is being delivered in three separate phases. Phase One of Timberland Boulevard, (M&C C-27438 approved August 25, 2015) was for the construction of Timberland Boulevard from North Caylor Road to Park Vista Boulevard and Park Vista Boulevard from West Caylor Road to Timberland Boulevard. Phase One was completed in April 2017. Timberland Boulevard Phase Two, for which this contract is being awarded, includes roadway improvements from Excelsior Lane to North Caylor Road and is anticipated to start in October 2017 and be completed by August 2018. Timberland Boulevard Phase Three will include roadway and railroad crossing improvements from Park Vista Boulevard to U.S. Hwy 377,.. Phase Two was advertised on June 1, 2017 and June 8, 2017 in the Fort Worth Star-Telegram. On June 22, 2017, the following bids were received: Bid Results Contractor Bid Amount McMahon Contracting L.P. $3,056,307.03 McClendon Construction Company, Inc. $3,399,865.00 JLB Contracting LLC $3,911,627.47 Jackson Construction Ltd $3,982,972.20 FNH Construction LLC" $0.00 *Non-Responsive M/WBE OFFICE: McMahon Contracting L.P., is in compliance with the City's BDE Ordinance by committing to 16 percent MBE participation. The City's MBE goal on the this project is 15 percent. This construction contract will be funded through the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is http://apps.cfwnet.org/council_packet/mc review.asp?ID=24862&councildate=8/15/2017 8/16/2017 M&C Review Page 2 of 2 issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official intent to reimburse. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation funds will be available in the current capital budget as appropriated, of the 2014 Bond Program Fund. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Charlfeld 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID I I Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Leon Wilson (8883) ATTACHMENTS 1295.pdf Timberland Excels ior-Caylor MC Map201707.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=24862&councildate=8/15/2017 8/16/2017 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 To the Specifications and Contract Documents For ARTERIAL ROADWAY IMPROVEMENTS PHASE 2 TIMBERLAND BOULEVARD City Project#02288 D.O.E. #7517 K-2461 Addendum No. 1 Issued: June 12, 2017 Bid Received Date: June 22, 2017; 1:30 PM This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Arterial Roadway Improvements, Phase 2, Timberland Boulevard are hereby revised by Addendum No. 1 as follows: I. Construction plans are revised as follows: 1, Sheet 1 of the construction plans Is replaced with the attached signed Sheet 1 cover sheet II. The Specifications are amended as follows: 1 Revise Section 00 45 40 Minority Business Enterprise Goal. MBE Project Goal has been revised from 16%to 15%. This Addendum No. 1,forms part of the Specifications &Contract Documents for the above referenced project and modifies the original Project Manual &Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGE ADDENDUM NO. 1" A-1 ADDENDUMI Timberland Boulevard, Phase 1 City Project No.02288 Include a signed copy of Addendum No. 1 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Douglas W.Wiersig, P.E. DIRECTOR TRANSPORTATION &PUBLIC WORKS DEPARTMENT By: By: Leon Wilso ,Jr., P.E. McMAHON CONTRACTING,LP. Engineering Manager Company: A-2 ADDENDUM1 Timberland Boulevard, Phase 1 City Project No. 02288 LS[-f pllgi!'JHftl33W'JH3 Q3tl315'U3tl 3CSl I014Y1'w1110M1Wf/OM 3LLtIS I!SILL[153M 124 ®wuimu�°�.u'�n r+�. 'Mbuvi�yn pNtlA3'1f108 4NV7ii39W11'Z3StlHd:S1N3W3AONdW1 AVMOVOtI lVR131N11 x � a LLI a 9 a w a w a ui21 CO i z o w F-- 3 y U 3 R � O' Z __ W - — uj W U) > Z W w �o w ~ < >� QN 0 0 J U� I.L ^ O F N �r/^� rNy LL y vJ Lu L.L c o o �. I LI O g V Q �9 w z ul Oul ta:� C7 W °°v COR O _, O U z w a s _,�... Z Z ZZ02 II II o 0 0We QO wwz Ww z Ca N n� to J 22YO ww 0 LL w w>rtZ as F . - s, a �f Q WS-9 a�� WC7 - m LLz� LL J ZF—wW _ w zzzz - _ W 17 QZ Q L4 IL Z LU w 3� > w �9 w Z > 5 "5 °moi LL > a i o o OIi U 8 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 15% of the total bid value of the contract (Base bid applies to 14 Parks and Community,Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied,Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 30 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain.a date/time receipt. Such receipt shall be evidence that the City received the documentation in-the 32 time allocated. A faxed and/or,emailed copy will not be accepted: 33 __ ile_ r 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracringr!etrpplier work: date. 34 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9,2015 City Project No.02288 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9,2015 City Project No.02288 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 To the Specifications and Contract Documents For ARTERIAL ROADWAY IMPROVEMENTS PHASE 2 TIMBERLAND BOULEVARD City Project#02288 D.O.E. #7517 K-2461 Addendum No. 2 Issued: June 20, 2017 Bid Received Date: June 22, 2017; 1:30 PM This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modes the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Arterial Roadway Improvements, Phase 2, Timberland Boulevard are hereby revised by Addendum No. 1 as follows: I. The Specifications are amended as follows: 1. Revised Bid Proposal to include"Temporary Asphalt Pavement (4")(Type B)for Detours 1500SY. II. Clarifications are provided as follows: Sheet numbers are provided for the locations of several bid items. 24 3213.0101 6"Conc Pavement 321313 Sheet 25(Storm Drain D) 29 3216.0101 6"Conc Curb and Gutter 321613 Sheet 36(Sidewalk Curb) 44 3305.0114 Manhole Adjustment. Major w/Cover 330514 Sheet 37(Timberland Paving) 59 3201.0400 Temporary Asphalt Paving Repair 32 01 18 Sheet 24(Storm Drain A)and Sheets 15 and 16(Water Lines A and B) This Addendum No.2,forms part of the Specifications&Contract Documents for the above referenced project and modes the original Project Manual&Contract Documents of the same. Acknowledge your receipt of Addendum No.2 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 A-1 ADDENDUM 2 Timberland Boulevard, Phase 2 City Project No. 02288 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGE ADDENDUM NO.2" Include a signed copy of Addendum No.2 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No.2 below could cause the subject bidder to be considered 'NONRESPONSIVE', resulting in disqualification. RECEIPT ACKNOWLEDGED Douglas W.Wiersig, P.E. DIRECTOR TRANSPORTATION&PUBLIC WORKS DEPARTMENT B :~U Leon Wilson, Jr., E. McMAHON CONTRACTING,7L® Engineering Mana er Company: A-2 ADDENDUM 2 Timberland Boulevard,Phase 2 City Project No.02288 00 42 43 BID PROPOSAL Page I of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 1 Specified Mobilization LS 1 $200,000.00. $200,000.00 2 Construction Allowance LS 7 $200 000.00 $200 000.00 IMPROVEMENTS1-UNIT 1 -PAVING 3 0241.0402 Remove Asphalt Drive 0241 13 SF 4,070 4 0241.0401 Remove Concrete Drive 0241 13 SF 768 5 0241.0500 Remove Fence 0241 13 LF 2,040 6 0241.0550 Remove Guardrail 0241 13 LF 68 7 0241.0700 Remove Mailbox 0241 13 EA 7 8 0241.1000 Remove Conic Pvmt 0241 15 SY 376 9 0241.1100 Remove Asphalt Paving 0241 15 1 SY 6594 10 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 225 11 0241.3011 Remove 15"Storm Line 0241 14 LF 128 12 0241.3013 Remove 18"Storm Line 0241 14 LF 16 13 3110.0101 Site Clearing 31 1000 LS 1 14 3110.0102 6"-12"Tree Removal 31 1000 EA 48 15 3110.0103 12"-18"Tree Removal 31 10 00 EA 28 16 3110.0104 18"-24"Tree Removal 31 1000 EA 5 17 3110.0105 24"and Larger Tree Removal 31 1000 EA 6 18 3123.0101 Unclassified Excavation by Plan 31 2316 CY 33700 19 3125.0101 SWPPP 2 1 acre 31 2500 LS 1 20 3211.0400 Hydrated Lime 3211 29 TN 325 21 3211.0502 8"Lime Treatment 32 11 29 SY 18208 22 3211.0122 6"Flexible Base,Type A,Gr-2 3211 23 SY 310 23 3212.0304 4"Asphalt Pavement Type D 32 12 16 SY 1526 24 3213.0101 6"Conc Pavement 32 13 13 SY 73 25 3213.0106 11"Conc Pvmnt 32 13 13 SY 14812 26 3213.0302 5"Conc Sidewalk 32 13 20 SF 36386 27 13213.0401 6"Concrete Driveway 32 13 20 SF 9151 28 3213.0506 Barrier Free Ramp,Type P-1(D540) 32 13 20 EA 4 29 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 270 30 3217.5001 Curb Address Painting 32 17 25 EA 8 31 3231.0111 4'Chain Link,Steel 3231 13 LF 298 32 3231.0211 Barbed Wire Fence,Metal Posts(5 Wire) 3231 26 LF 509 33 3231.0307 20'Gate,Steel 3231 26 EA 2 34 13231.0307 20'Gate,Steel(Temporary) 32 31 26 EA 1 35 3231.0411 4'Fences,Wood 3231 29 LF 249 36 3232.0100 Conc Ret Wall with Sidewalk,Face 32 32 13 SF 995 37 3232.0101 Conc Ret Wall with Sidewalk,Sidewalk 32 32 13 SF 4601 38 3232.0203 TxDOT Std Ret Wall-RW 1(L)C 32 32 13 SF 525 39 3291.0100 Topsoil 3291 19 CY 787 40 3292.0100 Block Sod Placement 32 92 13 SY 5627 41 13292.0400 Seeding Hydromulch 32 92 13 SY 1366 42 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 1 43 3305.0111 Valve Box Adjustment 33 05 14 EA 2 44 3305.0114 Manhole Adjustment,Major w/Cover 33 05 14 EA 3 45 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 4 46 3441.4108 Remove Sign Panel and Post 3441 30 EA 7 47 9999.0000 Steel Cable Fence LF 380 48 9999.0002 Barricades,Signs and Traffic Handling 3471 13 LS 1 49 9999.0000 Integral Colored/Textured 4"Concrete Median 32 13 20 SF 3890 50 9999.0000 Remove Storm Drain Culverts,12" 0241 14 LF 140 51 3212.9999 Temporary Asphalt Pavement 4" T e B for Detours 32 12 16 SY 1500 SUBTOTAL UNIT 1-PAVING IMPROVEMENTS,1E IMPROVEMENTS mill 52 0241.1013 Remove 8"Water Line 02 41 14 LF 570 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook je�:w:. tern PRCOP'OSkq. SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bicilist item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value 53 0241 1203 8"Water Abandonment Plug - 0241 14 EA 2 54 0241 1302 Remove 6"Water Valve 0241 14 EA 2 55 0241.1303 Remove 8"Water Valve._ - 02 41 1,i7- 66 4 56 0241.1602 Remove Concrete Water Vault 02 41 14 EA 1 57 0241 1510 Salvage Fire Hydrants 0241 14 EA 2 58 0241.1511 Salvage 314"Water Meter _ 02 41 14 EA _ 4 59 3201.0400 Temporary Asphalt Paving Repair _ 3201 18 LF 1194 - 60 3304.0101 Temporary Water Services 33 04 30 LS 1 61 3305.0003 8"Waterline Lowering _ 33 05 12 EA 1 62 3305.0004 10"Waterline Lcwe-ing -� 33 05 12 EA 1 63 3305.0101 Fire Hydrant S,en-Fx'ers,on 330514 EA 2 64 3305.0109 Trench Safety 33 05 10 LF 1857 65 3305 0115 Vacuum Excavarnn _ 33 05 30 EA 4 66 3311.0001 Ductile iron Watar Fitting,:v2Hestra_int 3311 11 Ton 2 67 3311.0161 6"PVC Water Pipe 3311 12 LF 30 68 3311 0251 8'DIP Water 3311 10 LF 60 69 3311.0261 8'•PVC Water Pipe - 3311 12 LF 815 70 3312.2004 1"Private Service 3311 10 LF 60 71 3312.0001 Fire Hydrant _ 33 12 40 EA 2 72 3312 0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 7 73 3312 2003 1"Water Service 33 12 10 EA — 5 74 3312 3002 6"Gate Valve 33 12 20 EA 2 75 3312 3003 8"Gate Valve 33 12 20 EA _w_5 -- _ 76 3312.2001 1"Water Service,Meter Reconnection 33 12 20 EA 4 77 3341.0205 24"RCP,Class ill 33 41 10 LF 900 78 33410302 30"RCP,Class III 3341 10 LF 37 �- 79 3341 0309 36"RCP.Class III 3341 10 LF 175 80 3349 0001 4'Storm Junction Box 33 49 10 EA 5 81 3349-5003 20'Curb Inlet - 33 49 20 EA I 82 3349.8003 20'Type 2 Inlet 3349,20 EA 3 83 3349.6001 10'Recessed Inlet33 49 20 EA t 84 3349 6003 20'Recessed Inlet - 33 49 20 EA 3 __— SUBTOTAL UNIT 2-UTILITY IMPROVEM€NTS S - a 9IGNA6E IMPkOVEMEWS 85 3217.0001 4"SLD Pvmnt Marking HAS(W) 32 17 23 LF 291 _ '- 86 3217 0002 4'°Pvmnt Marking HAS{Y) 32 23 LF 2326_ 87 3217.0003 4"BRK Pvmnt Marking HAS(W) LF 2226 ---- 88 3217 1002 Lane Legend Arrow(TxDOT Ty 1) EA 4 89 3217 1003 Lane Legend DBL Arrow EA 2 90 3217 1004 Lane Legend Onl I w "'2 EA 2 TY )�_--- - — 9_ y(TxDCT 1 3217.1006 Lane Legend Bike :S2',.' "3 EA 2 92 3217.2102 REFL Raised Marker TY I-C .. ?3 FA 11 93 3217.4307 Remove Raised Marker 31 _ EA SUBTOTAL UNIT 3-PAVEMENT MARKING AND SIGNAGE IMPROVEMENTS S IMPROVEMENTS 94- 2 c°. t 1 1 F ,-slid-stau Flec Sere Pedestal 250500MEA9 95 2GS5 301-, 2"CONDT PVC SCH EJ;T? 26 05 33 - - �.�-- 96 3C/b ' COND I'PVC SCH 60:Ti 2r'05 33 97 2CC�K,�1 4 CONDT PVC SCH 4C!71 d6G�33 98 41 C round Bn�Tyae P "v,Aprun 3441 1099 3441 32x1 LEI)1.:ghring F x_.;n 344120 100 "3441 3003 Rdvey I;IrJrr AstiorriL`iy TY 15 wr33A Arms 34 41 20 EA 17 101 3441 33 R-]^ry nium Founamion TY 3 34 41 20FA 17 _102 3,141 3404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 LF 3715 �w 103 ,: r C. Traffic S'gnal Ground Box(Type DS-TxDOT), 3441 10 EA CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid PropoW Workbook RM PROPOSAL Page 3 ora SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Iteml Description Urwof Bid Unit Price Bid Value N Measure Quantic 104 9949 OffO Traffic SignaY Ground Box(Type AS-TsDOT) 3441 10 EA SUBTOTAL UNIT 4-STREET LIGHTING IMPROVEMENTS Bid Summary Base Bid SPECIFIED MOBILIZATION $200,000.00 CONSTRUCTION ALLOWANCE 7 $200,000.00 UNIT I-PAVING IMPROVEMENTS UNIT 2-UTILITY IMPROVEMENTS UNIT 3-PAVEMENT MARKING AND SIGNAGE IMPROVEMENTS UNIT 4-STREET LIGHTING IMPROVEMENTS —4— Total Rise Bid $400,000.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Reviled 20120120 00 41 00_00 43 13_00 42 43-00 43 3700 45 1200 33 13—Bid Proposal Workbook 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Arterial Roadway Improvements,Phase 2,Timberland 6 Boulevard,(From Excelsior Lane to N. Caylor Road),City Project Number 02288,will be 7 received by the City of Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 200 Texas Street 12 Fort Worth,Texas 76102 13 until 1:30 P.M.CST,Thursday,June 22,2017,and bids will be opened publicly and read aloud 14 at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: 18 19 Unit I: 20 • 9,800 SY of new 5-Lane Undivided Reinforced Concrete Roadway. 21 + 5,050 SY of new 4-Lane Divided Reinforced Concrete Roadway 22 • 1,525 SY of Permanent Asphalt Transition Roadway 23 • 36,390 SF Reinforced Concrete Sidewalk 24 Unit II: 25 • 875 LF 8"Water Line Relocation 26 • 175 LF 36"Reinforced Concrete Pipe 27 • 37 LF30"Reinforced Concrete Pipe 28 0 900 LF 24"Reinforced Concrete Pipe 29 Unit III:Pavement Marking and Signage Improvements 30 Unit IV: Street Lighting 31 32 PREQUALIFICATION 33 The improvements included in this project must be performed by a contractor who is pre- 34 qualified by the City at the time of bid opening.The procedures for qualification and pre- 35 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 36 37 DOCUMENT EXAMINATION AND PROCUREMENTS 38 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 39 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/and 40 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 41 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 42 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 43 Parties Form 1295 and the form must be submitted to the Project Manager before the 44 contract will be presented to the Citv Council. The form can be obtained at 45 httns://www.ethics.state.tx.us/tec/1295-Info.htm . 46 47 Copies of the Bidding and Contract Documents may be purchased from: 48 ARC Document Solutions CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22,2016 City Project No.02288 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2220 W. Peter Smith St.Fort Worth,Texas 76102,Phone: 817-332-9704,FAX: 817-335-7855, 2 Or Email Tom Perez at:tom.perezga,e-arc.com . Call or email a minimum of 24 hours prior to 3 pick up. 4 5 The cost of Bidding and Contract Documents is: 6 Set of Bidding and Contract Documents with full size drawings: $80 7 Set of Bidding and Contract Documents with half size(if available)drawings: $50 8 9 PREBID CONFERENCE 10 No prebid conference will be held. 11 12 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 13 City reserves the right to waive irregularities and to accept or reject bids. 14 15 INQUIRIES 16 All inquiries relative to this procurement will be sent via email and should be addressed to the 17 following: 18 Attn: Leon Wilson,Jr., P.E.,City of Fort Worth 19 Email: leon.wilson@fortworthtexas.gov 20 Phone: 817-392-8883 21 AND/OR 22 Attn: Paul J_ Padilla,MULTATECH Engineering,Inc. 23 Email: ppadilla(i�multatech.com 24 Phone: 817-289-2060 25 26 ADVERTISEMENT DATES 27 June 1,2017 28 June 8,2017 29 30 END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22,2016 City Project No.02288 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership,company,association,or corporation acting 12 directly through a duly authorized representative,submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder:Any person,firm,partnership,company,association,or 16 corporation acting directly through a duly authorized representative,submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 https://projectpoint.buzzsaw.com/fortworthizov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequaI i fication/TPW%20Pavi ng 42 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocumeiits/Contractor%2OPrequalification/TPW%2OPavina 48 %20Contractor%2OPreq_ualification%2OProp-ram/PREOUALIFICATION%20REO 49 UIREMENTS%20FOR%20PA VING%2000NTRACTORS.PDF?public CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 https://proiectpoint.buzzsaw.com/fortworthyov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 5 OSanitary%2OSewer%2OContractor%20Prequalification%2OProeram/WSS%20pre 6 qual%20requirements.doc?public 7 8 9 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11,BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project,and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame.Based upon the City's assessment of the submitted 24 information,a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested,may be grounds 26 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification,additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 33 34 4.1.Before submitting a Bid,each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents(including"technical data" referred to in 38 Paragraph 4.2. below).No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto,shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost,progress,performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, 47 progress,performance or furnishing of the Work. 48 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable"technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto,shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations,tests, borings,and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project.On request,City may provide 21 each Bidder access to the site to conduct such examinations,investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations,investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion,and obtain all information 28 required to make a proposal.Bidders shall rely exclusively and solely upon their 29 own estimates,investigation,research,tests,explorations,and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts, errors,ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents.The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02.of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any"technical data" or 11 any other data, interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques,sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated 27 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 44 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way,easements,and/or permits,and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 200 Texas Street 20 Fort Worth,TX 76102 21 Attn: Leon Wilson,Jr.,PE,City of Fort Worth Transportation and Public Works 22 Fax: (817)392-7854 23 Email: leon.wilson(i ,fortworthtexas.gov 24 Phone:(817)392-8883 25 26 27 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3.Addenda or clarifications may be posted via Buzzsaw at 31 https:// � trptt ucture%20Projects/02288%20- orof 32 9lo20Timberland%20Blvd%20and%20Park%20Vista%20Blvd%20- 33 %20Phase%20IIIBid9lo2ODocumentsYo2OPacka-ae?public 34 35 36 6.4.A prebid conference will not be held. 37 38 7. Bid Security 39 40 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 41 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 42 the requirements of Paragraphs 5.01 of the General Conditions. 43 44 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 45 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 46 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 47 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 48 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 49 other Bidders whom City believes to have a reasonable chance of receiving the award 50 will be retained by City until final contract execution. 51 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 8. Contract Times 2 The number of days within which,or the dates by which,Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 6 7 9. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 10. Substitute and "Or-Equal" Items 11 The Contract,if awarded,will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or"or-equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or- 14 equal' item of material or equipment may be furnished or used by Contractor if acceptable to 15 City,application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C. of the General 18 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 19 20 11. Subcontractors,Suppliers and Others 21 22 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 23 12-2011 (as amended),the City has goals for the participation of minority business 24 and/or small business enterprises in City contracts.A copy of the Ordinance can be 25 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 26 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 27 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 28 Venture Form as appropriate. The Forms including documentation must be received 29 by the City no later than 2:00 P.M.CST,on the second business days after the bid 30 opening date. The Bidder shall obtain a receipt from the City as evidence the 31 documentation was received.Failure to comply shall render the bid as non- 32 responsive. 33 34 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 35 or organization against whom Contractor has reasonable objection. 36 37 12. Bid Form 38 39 12.1. The Bid Form is included with the Bidding Documents;additional copies may be 40 obtained from the City. 41 42 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 43 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 44 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 45 price item listed therein. In the case of optional alternatives,the words"No Bid," 46 "No Change," or"Not Applicable" may be entered.Bidder shall state the prices, 47 written in ink in both words and numerals,for which the Bidder proposes to do the 48 work contemplated or furnish materials required.All prices shall be written legibly. 49 In case of discrepancy between price in written words and the price in written 50 numerals,the price in written words shall govern. 51 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner,whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6. Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 13. Submission of Bids 33 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 36 envelope,marked with the City Project Number,Project title,the name and address of 37 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 38 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 39 envelope with the notation"BID ENCLOSED" on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 44 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 45 must be made in writing by an appropriate document duly executed in the manner 46 that a Bid must be executed and delivered to the place where Bids are to be submitted 47 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 48 are opened and publicly read aloud,the Bids for which a withdrawal request has been 49 properly filed may,at the option of the City,be returned unopened. 50 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates(if any)will be made available 7 to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 12 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 17 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the Project to make an award to that Bidder,whether because the Bid is 20 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informalities not involving price,contract time or changes in the 23 Work with the Successful Bidder. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 25 between the indicated sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sum. Discrepancies between words and figures 27 will be resolved in favor of the words. 28 29 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 30 among the Bidders,Bidder is an interested party to any litigation against City, 31 City or Bidder may have a claim against the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 34 Bidder has uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion of additional work if awarded. 36 37 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors,Suppliers,and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operating costs,maintenance requirements,performance 42 data and guarantees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility,qualifications,and financial 48 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization,work of a value not less than 2 35%of the value embraced on the Contract,unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded,City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 23 18. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds,Certificates of Insurance,and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 31 32 END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.02288 THIS PAGE INTENTIONALY LEFT BLANK 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you")to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ,pdf http://www.ethics.state.tx.us/forms/CIS.pdf Q CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary Ili CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: MCMAHON CONTRACTING L.P. By: Shawn ..ahon 3019 Roy Orr Blvd Signature: ✓` �� Grand Prairie , Texas 75050 Title: MANAGER END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 1300 42 43_00 43 3700 45 1200 35 13 Bid Proposal Workbook addendum2 r � .. Y y �t ... J fn .. `' 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: Arterial Roadway Improvements, Phase 2 Timberland Boulevard (From Excelsior Lane to N. Caylor Road) City Project No.: 02288 Units/Sections: UNIT I: PAVING IMPROVEMENTS UNIT II: UTILITY IMPROVEMENTS UNIT III: PAVEMENT MARKING AND SIGNAGE IMPROVEMENTS UNIT IV: STREET LIGHTING IMPROVEMENTS 1, Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement With City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and Within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1, In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing With the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and Will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20150821 00 410000 43 13 00 42 4300 43 37_00 45 12_00 35 13—Bid Proposal Workbook_addendum2 c G r. i .. _ �.. s 0041 00 BID FORM Page 2 of 3 d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Urban/Renewal, 24-inch diameter and smaller b. Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) c. Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) d. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones)Within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 3700 45 1200 35 12 Bid Proposal Workbook addend=2 i P L n � 0041 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $3, CS-4/3079-3- 7. 07037. Bid Submittal This Bid is submitted on 6/22/17 by the entity named below. Respectfully s m I Receipt is acknowledged of the Initial - followingAddenda: B : Addendum No. 1: �✓� (Signature) Addendum No.2: Addendum No. 3: Shawn McMahon Addendum No.4: (Printed Name) Title: MANAGER Company: MCMAHON CONTRACTING L.P. Corporate Seal: Address: 3019 Roy Orr Blvd Grand Prairie ,Texas 75050 State of Incorporation: Texas Email: �dl(Wmcmahon contracting.com Phone: 972-263-6907 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20150821 00 41 00_00 43 1300 42 43_00 43 3700 45 1200 35 13 Bid Proposal Workbook_addendum2 ! � + .* .. � ". L.- f ii 004243 Bur PROPOSAL Pap I d3 SECTION 00 42 43 PROPOSALFOIRM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid 1wt Price Bid Value No. sectioriNn. Measure Quantity 1 Specified Mobilization LS 1 $200 000.00 $200,000.00 2 Construction Allowance LS 1 200 OOO.DO $200 000.00 UN I T I-PAVING IMPROVEMENTS 0241.0402 Remove Asphalt Drive 02 4113 SF 4,070 $0.93 4 0241.0401 Remove Concrete Drive 02 41 13 SF 768 $11.74 $1,336.32 5 0241.0500 Remove Fence 02 41 13 LF 2,040 $2.32 $4,732.80 6 0241.0550 Remove Guardrail 02 41 13 LF 68 $13.85 $941.80 7 0241.0700 Remove Mailbox 02 41 13 EA 7 $149.29 $1,045.03 8 0241.1000 Remove Cone Pvmt 02 41 15 SY 376 $6.96, $2.616.96 9 0241.1100 Remove Asphalt Paving 02 41 15 SY 6594 $8.60 $56,708.40 10 0241.1360 Remove Conc Curb&Gutter 02 41 15 LF 225 $11.60 $2,610.00 11 0241.3011 Remove IS"Storm Line 02 41 14 LF 128 $33.89 $4,337.92 12 0241.3013 Remove 18"Storm Line 02 41 14 LF 16 $30.67 $490.72 13 3110.0101 Site Clearing 31 10 00 LS 1 $18,560.00 $18,560.00 14 3110.0102 6"-12"Trae Removal 31110 00 EA 48 $307.40 $14,755.20 15 3110.0103 12"-18"Tree Removal 31 1000 EA 28 $324.801 $9,094.40 16 3110.01 04 18"-24"Tree Removal 31 10 00 EA 6 $336.401 $1,682.00 17 3110.0105 24"and Lerner Tree Removal 31 1000 EA 6 $377.00 $2,262.00 18 3123.0101 Unclassified Excavation by Plan 312316 CY 33700 $8.20 $276,340.00 19 3125.0101 5WPPP 21 acre 31 25 00 LS 1 $11,451.47 $11,451.47 20 3211.0400 Hydrated Lime 32 11 29 TN 326 $161.24 $52.403.00 21 3211.0502 8"Lime Treatment 321129 By 18208 $2.811 $51,164.48 22 3211.0122 6"Flexible Base,Type A,Gr-2 321123 SY 310 $20.96 $6,497.60 23 3212.0504 4"Asphalt Pavement Type D 321216 SY 1526 $24.011 $36,639.26 24 3213.0101 6"Conc Pavement 32 13 13 SY 73 $95.111 $6,943.03 25 3213-0106 11"Conc Pvmnt 321313 SY 14812 $59.181 $876,574.16 26 3213.0302 5"Conc Sidewalk 32 13 20 SF 36386 $6.33 $230.323.38 27 3213.0401 6"Concrete Driveway 321320 SF 9151 $8.17 $74,763.67 28 3213.0506 Barrier Free Ramp,Type P-1(D540) 321320 EA 1 4 $ZO88.00 $8,352.00 29 3216.0161 6!'Conr,Curb and Gutter 321613 LF 270 $32.72 $8,834.40 30 3217.5001 Curb Address Painting 321725 EA 8 $58.00 $464.00 31 3231.0111 4'Chain Link,Steel 3231 13 LF 298 $26.68 $7,950.64 32 3231.0211 Barbed Wire Fence,Metal Posts(5 Wire) 32 31 26 LF 509 $6.551 $3,333.95 33 3231.0307 20'Gate,Steel 32 31 26 EA 2 $1,716.80 $3,433.60 34 3231.0307 20'Gate,Steel(Temporary) 32 31 26 EA 1 $1,716.80 $1,716.80 35 3231.0411 4!Fences,Wood 32 31 29 LF 249 $27.84 $6,932.16 36 3232-0100 Cone Rat Wall with Sidewalk,Face 32 32 13 5F 1 995 $32.36 $32,198.20 37 3232.0161 Cone Ret Wall with Sidewalk,Sidewalk 323213 SF 4601 $11.40 $52,451.40 38 3232.0203 TxDOT Sid Ret Wall-RW I(L)C 323213 8F 525 $76.04 $39,921,001 39 3291.0100 Topsoil 32 91 19 CY 7871 $25.93 $20,406.91 40 3292.0100 Block Sod Placement 329213 SY 5627 $4.36 $24,533.72 41 3292.0400 Seeding Hydromulch 329213 SY 1366 $1.60 $2,185.60 42 3305.0107 Manhole Adjustment,Minor 330514 EA 1 $997.11 $997.11 43 3305.0111 Vatva Box Adjustment 330514 EA 2 $267.61 $535.22 44 3305.0114 Manhole Adjustment,Major w/Gover 330514 EA 3 $1,991-76 $5,975.28 45 3441.1503 Ground Box Type D,wlApron 34 41 10 EA 4 $910.601 $3.642-40 46 3441.4108 Remove Sign Panel and Post 34 41 30 EA 7 $539.40 $3,775.80 47 9999.0000 Steel Cable Fence LF 380 $37.12 $14.105.60 48 9999.0002 Barricades,Signs and Traffic Handling 34 71 13 LS 1 $15.471.43 $15,471.43 49 M9.D000 Integral Colored/Te)duredN'Concrete Median 132 113 20 1 SF 3890 $10.67 $41,506.30 50 19999.0000 Remove Storm Drain Culverts,12" - 024114 1 LF 140 $36.49 $5,108.60 ype B)for Detours 51 13212.9999 Temporary Asphalt Pavement(V')(f I 321216 SY DO $34.05 $51,075.001 ----- SUBTOTAL UNIT 11-PAVING IMPROVEMENTS I $_2j02965,62! UNIT 2-UTILITY IMPROVEMENTS 1" 57 Water Line 1024114 1 LF I 670j j=12C2j- $7,364740) ary OF FORT WORTH STANDARD CONSTRUCTION SPECEnCATION DOCUMENTS Faro Revised 20120120 004100 004313004243 00433700 45 1200 35 13-Bid Proposal WwJIboo1;_xIdmdwn2 00 42 43 Bm PROPOSAL Paget ora SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BIC Bidder's Application Project Item Information Bidders Proposal BkUist Item specificedon Unit of Bid No. DeaQiptioa section No. MeaamnQuantity Unit Price Bid Value 53 0241.1203 8 Water Abandonment Plug -- v 02 41 14 FA _ 2 $1603.30 $3,206:60 - _ 54 0241.1302 Remove 6"Water Valve 02 41 14 EA 2 $907.64 $1,815.28 55 0241.1303 Remove 8"Water Valve 02 41 14 EA 3 $907.63 __$2.722.89 56 0241.1602 Remove Concrete Water Vault 02 41 14 EA 1 $809.13 $809.13 57 0241.1510 Salvage Fire Hydrants 02 41 14 EA 2_- $907.64 __$1,815.28 58 0241.1511 Salvage 34'Water Meter 02 41 14 EA 4 $453.82 $1,815.28 59 3201.0400 Temporary Asphalt Paving Repair _ `3201 18 LF _- 1194-__ $6.41 $7 653.54 60 3304.0101 Temporary Water Services 33 04 30 LS 1 $7 202.49 $7,202.49 61 3305.0003 8"Waterline Lowering 330512 EA _ 1 $5,308.31 62 3305-0004 10"Waterline Lowering __ -- 33 0512 _ FA _ 1 6,422.37 63 3305.Oi01 Fire Hydrant Stem Extension �- 33 0514- EA - 2 $1,16980 $2,339.60 64 3305.0109 Trench Safety 33 05 10 LF 1857 $1.19 $2,209.83 65 3305 0115 Vacuum Excavation `�- 33 05 30 EA ^4_ 2,062.38 $8 249.52 ktt fib 3311.0001 Ductile Iron Water Fittings w/Restra -_ -33 11 11 Ton _ 2 x,559.62 $7,119.24 _ 67 3311,0161 6"PVC Water Pipe 33 11 12 LF 30 $61.89 $1`856.70 68 3311.0251 8"DIP Water _ 33 11 10 LF 60 $72.94 $4,376.40 69 -3311.0261 8"PVC Water Pipe -^-�- _ 3311 12 !F 815_-_ 67.95 _ $55,379.25 70-33122404 V Private Service 33 11 10 LF 60 20.06 $1,203.60 71 3312.0001 Fire Hydrant 33 12 40 FA 2 2,956.06 $5,912.12 72 3312 0117 Connection to Existing 4"-12"Water Main 33 12 25 I A 7 1,920.82 $13,445.74 73 _3312.2003 1"Water Service 331210 EA 5 7 940.05 $9,500.25 74 3312.3002 6"Gate Valve 331220 EA 2 1,099.67 $2,199.34 T-__.._.__.__-.-_. _ _. .---- _._- -__..._.__._ . -__ _- 75 3312,3003 8"Gate Valve 33 12 20 EA 5 1,498.18 __$7,490.90 76 3312,2001_1"Water Service,Meter Reconnection _33 12 20_ FA 4 771,86 3u087.44 77 3341.0205 24"RCP,Class 111 3341 10-`-LF - 9010-- 79.47 $71,523,00 78 3341.4302 30°"RCP,Class III 3341 10 LF 37 135.96 ._ $5,Q30.52 79 3341.0309 36"RCP,Class 111 3341 10 LF 175 132._16 _ $23,128.00 80 3349 0001 4 Storm Junction Box 334 10 EA 5 5,452.00 $27,260.00 81 3349 5003 20 Gurb Inlet_ _S3_4920 FA 1 7 772 00 $7,772.00, 82 3349,8003 2Q'T e 2 inlet 5Y49 20 FA 3 10,556.00 _-, $31,668.00 83 3349.6001 10'Recessed Inlet _ 33 49 20 EA 4,988.00 $4,988.00 84 3349.6003 20'Recessed Inlet ---,33 49 20 EA 3 8,120.0Q_ $24,350.00 SUBTOTAL UNIT 2-UTILITY IMPRgV ENTS $353.235.02 UNIT 3-PAVEt-MIENT MARKING AND SIGNAGE IMPROVEMEWTS _J 85 3217.0001 4°'SLD Rvmnt Marking HAS(W) 32 97 23 LF 291 1.16 $337.56 86 3217.0002 4"Pvmnt Marking HAS(1') - - 3217 23 LF 2326 1.16 $2,698.16 87 3217.0003 4"BRK Pvmnt Marking HAS(W) 321723 LF 2226 1.04 $2 315.04 88 3217.1002 Lane Legend Arrow{TxDOT Ty I] 32 17 23 EA 4 174.00 $696.0G 89 3217.1003 Lane Legend DBL Arrow 321723 FA 2 214 60_ $4:9.20 ^ 90 -32i 7.1004 Lane Legend Only(TxDOT Ty 1)-- - 32 17 23 EA -- 2 -171.00 $348.0C _91 32171006 Lane Legend Bike -_ - 3217 23 EA -- 2 539.40_____ $1,0It3.8d !12 3217.2102 REFL Raised MarkerTY 1-C 3217 23 EA 113 4.64 $524.3? 93 3217.4307_ Remove Raised Marker 3217 23 EA 7 8 12 556 8, _ _ - SUBTOTAL UNIT 3•PAVEMENT MARKING AND SIGNAGE IMPROVEMENTS $8 483.92 94 2605.0111 FuMsh_/install Elec Sery Pedestal 26 05 00 EA 1 $6,Fi87.40 $6,687.40 --i6-_.. -.._._._..- _ - _ _- 95 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 3715 $7,95 _$29,534.25 96 2605.3025 3"CONDT PVC SCH 80(T) - -- - _ 26 05 33 - LF - _934- $9.45 $9,393.30 97 2605.3031 4"CONDT PUC SCH 40(T) - - 26 05 33 - _ LF 24--_ $23.03 $5.52.72 98 3441.1502 Ground Box Type B,w/ApronV `- 34 41 10 EA 9___$A70.00 $7,834.00 -96--3441.3201 LED Lighting Fixture 34 41 20 EA 22 $614.80 104 3441.3003 Rdwy Ilium Assembly TY 18 w/33A Arms 34 41 20 EA 17 511.40 $42693_80 i0i 3441.343302 Rdwy Ilium Foundation TY 3 - -- 344120EA VV 17 $1450.00 $24,650.01). 102 3441. 04 2-2-2 4 Ousdplex Alum E[ec Conductor - - - _ _34 41 20---LF- 3715 ___$3_48 $12 928.20 103 9999.0000 Traffic Signal Ground Box(Type DS-TxDOT) 34 41 10 EA 6 $4,48340 __$26,900.40 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNUNTS 00 41 00004313 004243 004337 U04512 0035 13-Bid o.tbootc..w as. Fo R-imd 20120120 1OPaa W c , mar 00 42 43 BID PROPOSAL Pae 3 ot3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Iototmatiou Bidders Proposal Bidlist Iteml Speacatioo Unit of Bid Unit Price Bid Value No. Description Section No. Measure (quantity 104 9999.0000 Traffic Signal Ground Box(Type AS-TSD0n 13441 10 EA 1 $3,926.60,,__$3,926.60 SUBTOTAL UNIT 4T STREET LIGHTING IMPROVEMENTS $178,622.27 Bid Summary Base Bid SPECIFIED MOBILIZATION _ $200,000.00 ON CSTRUCTION ALLOWANCE _ $200,000.00 UNIT f-PAVING IMPROVEMENTS $2,102,965.82. UNIT 2-UTILITY IMPROVEMENTS $366,235.02 UNIT 3-PAVEMENT MARKING AND SIGNAGE IMPROVEMENTS $8,483.92 UNIT 4-STREET LIGHTING IMPROVEMENTS $178,622.27 Total Base Bid $3,056,307.03 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Form Revised 20120120 004100_004313 004243_004337 0045 12-OD 35 13-Bid Pmpa dWodbodc addaWwd THIS PAGE INTENTIONALY LEFT BLANK 00 43 13 BID BOND Pape S of 10 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: That we,(Bidder Name) McMahon Contracting, LP hereinafter called the Principal,and(Surety Name) Fidelity and Deposit Company of Maryland a corporation or firm duly authorized to transact surety business In the State of Texas,hereinafter caned the burety, are held and firmly bound unto the City, hereinafter caged the Obligee, in the sum of Five Percent of the Greatest Amount Bid--- _ and No/100 Dollars ($ 5%GAB ), the payment of which sum will be well and truly made and the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, Identified as Arterial Roadway Improvements,Phase 2 Timberland Boulevard(From Excelsior Lane to N.Cayfor Road) NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with lire Obligee In accordance with the terms of such proposal, then this bond shall be null and void. If the Principal falls to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract In accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance With the proposal,this bond shall become the property of the Obligee,without recourse of the Principal and/or Surely, not to exceed the penalty hereof,and shall be used to Compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGINED this 20th day of June ,2017. By: McMa rctting, r. , f2 fyq w,T/ mf -►l lAk-.(Signature and Title of Prins al) BY Fidelity and Deposit Company of Maryland Robb!Morales (Signature of Attorney-of Fact) *Attach Power of Attorney(Surety)for Attorney-In-Fact Impressed Surety Seal Only END OF SECTION CITY or FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00 00 43 12 00 42 43_00 43 37_00 45 1200 3513_Bk1 Proposal Workbook ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Don E. CORNELL, Ricardo J. REYNA, V. Delene MARSHALL, Sophinie HUNTER, Robbi MORALES, Kelly A. WESTBROOK and Tina MCEWAN, all of Dallas,Texas, EACH its true and lawful agent and Attomey-in-Fact,to make, execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 21 st day of June,A.D.2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 8EAL --% s •'a—�—s y..u.�iH..N ,�, 411 - Secretary Vice President Eric D.Barnes Michael Bond State of Maryland County of Baltimore On this 21st day of June,A.D.2016,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,MICHAEL BOND,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year fust above written. ��i�'iii7�e"•lj�•��• Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 168-0589 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time.,, CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 20tWay of June _2017 . ,Mn.vyy 01%DEIOS�i r'Grp U�v jq s s tn5 • ._ to, SISAL Iwo dt"7 X-a Gerald F.Haley,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 0 ZURICH Texas Important Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informaci6n o para presentar una queja: You may call Zurich North America's toll-free telephone Usted puede Ilamar al numero de tel6fono gratuito de number for information or to make a complaint at: Zurich North America's para obtener informaci6n o para 1-800-382-2150 presentar una queja al: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or Usted puede comunicarse con el Departamento de Se- complaints at: guros de Texas para obtener informaci6n sobre com- 1-800-252-3439 paAlas,coberturas, derechos, o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance: Usted puede escribir al Departamento P.O. Box 149104 de Seguros de Texas a: Austin,TX 78714-9104 P.O. Box 149104 Fax: (512)490-1007 Austin, TX 78714-9104 Web: www.tdi.texas.gov Fax: (512)490-1007 E-mail: ConsumerProtection@tdi.texas.gov Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or DISPUTAS POR PRIMAS DE SEGUROS O about a claim,you should contact the company first. If RECLAMACIONES: the dispute is not resolved, you may contact the Texas Si tiene una disputa relacionada con su prima de seguro Department of Insurance. o con una reclamaci6n, usted debe comunicarse con la compaflia primero. Si la disputa no es resuelta, usted ATTACH THIS NOTICE TO YOUR POLICY: puede comunicarse con el Departamento de Seguros de This notice is for information only and does not become Texas. a part or condition of the attached document. ADJUNTE ESTE AVISO A SU PbLIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento adjunto. U-GU-296-E(06/15) Page 1 of 1 THIS PAGE INTENTIONALY LEFT BLANK 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder„ nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Mato Fiore or iiia+ , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. F71 BIDDER: MCMAHON CONTRACTING L.P. By: n McMahon 3019 Roy Orr Blvd (Signature) Grand Prairie , Texas 75050 Title: MANAGER Date: �v >� Z 2 0 7 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20110627 00 410000 43 1300 42 4300 43 37_M 45 1200 35 13 Bid Proposal Workbook_addendum2 0045 11-1 BIDDERS PREQUALIFICATTONS Page 1 of 3 I SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s) listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 1 I financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles w 23 of Incorporation, Articles of Organization,Certificate of Formation, LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. w 26 (1) The firm's Texas Taxpayer identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun& Bradstreet.This number w. 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 "'• 40 2. Prequalification Requirements 41 a. Financial Statements.Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 ■M 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state.Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within .. 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S.dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact,independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in .. 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should:(1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months .. 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Pregualification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. -` 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. * 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject,suspend,or modify any prequalification for failure by the ■* 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. Crit OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 o am 0045 11-3 BIDDERS PREQUALIFICATTONS Page 3 of 3 00 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 .s 7 8 END OF SECTION " 9 w w +r>�r CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK 00 45 12 BID FORM Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Urban/Renewal, 24-inch MCMAHON CONTRACTING diameter and smaller Asphalt Paving Construction/Reconstruction REYNOLDS ASPHALT (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction MCMAHON CONTRACTING (15,000 square yards and GREATER) Roadway and Pedestrian MELS ELECTRIC 7/8/2017 Lighting The undersigned hereby certifies that the Contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: MCMAHON CONTRACTING L.P. By: McMahon 3019 Roy Orr Blvd (Signature) Grand Prairie ,Texas 75050 Title: MANAGER Date: 6c" !: 2 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 410000 43 1300 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbo*_addendum2 t 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. CO2288. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 C 11 LV&,�1&lao►11 Con-���e�(,'N rn B /�4 12 Company �— se Print) 13 /1 14 ()(-Y- Sign e: 15 Address 16 17 Avw 2J � S�Sa.. Title: 18 C /State/Zip (Please rint) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority, on this day personally appeared 26 Snwlt -MMM—M, , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of nNMEWL I A,fmff�. for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this -411 day of 32 33 34 ELLEY E. MCMAHON oy 35 �= Notary Public. State cif Texas 36 `�"+ My CQrrrnission Ex�rires Notary ublic in and for the tate of Texas oc``,' Augusl 04, 2018 37 38 END OF SECTION 39 CITY OF FORT WORTH Timberland Boulevard Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2288 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Pagel of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 15% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror Shall 30 deliver the MBE. documenta�on xn person to the appropriate employee cif the purchasing division and 31 obtain a date/time receipt S1 ­1uch xeceipt-shall be evidence that the.City teceived the documentation;iii the 32 'time--allocated. .Afaxedand/orema led.copywill otbe-accepted 33 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE partici ation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9,2015 City Project No.02288 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised lune 9,2015 City Project No.02288 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe McMAHON CONTRACTING,L.P. offeror PROJECT NAME: MAN/DBE NON-M/W(DBE /� B DATE 14rl,rr/c.l/ /C G J �++ r /1��5 �` rt1QL �✓ ul cw CJ �eZ City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER l,S Bio /�; % d Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 s'tier, a payment by a subcontractor to its supplier is considered 2`d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax f B B B Work Purchased Email E E Contact Person E �/lr 6 SKT/aConlTr..Cr,iw�Gz Sr�c w.1/rs,6�r 1 RS1 �ir�nGf Or. I ��lfifnfreq G.I�iC� /1'��j �1/ ;`S Fort l�oYf ,TIS" 76/18 ❑ /J 7 nk a nr ka/E'a/ 'A se4p M1 4 Vil, SGS �t� 681 9,3 from lJ aw t4 , /X 76//8 I 7, ❑ 817- 577- 9,299 1101 8(7 — 3T7 g38f , GJokMMeA s.��.ac..sc./,..f,COM Co a 63OS- ZY#Sr O.AW#0 977-41f/-6208 f7x 4,w/' 9"9( mut' /r 0,,(f o; 37 70.39 TX ❑ ❑ LL17/7,,27-3/3f 17 zG7- .V;236-Z— 87���,°3 ljr►.,ssv�(�fibw�'�.Con li' /t K C7,Vn1161,W*V11C(- SrrlPINI e� f3 S�✓vr`cr� J ,OboX,((TX ani/r ' ❑ ❑ y .2.77/- 383�-.- 17Z-771 6SSJ ��t c Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E STorot !oats 3i4(il 1-&,rel Lot r-rw f-or+�sr N//r'� 74//9 � ❑ ❑ B/7-973= 73'07 B64-;;28"AR s,)r1'v ee,&Al1e.40*t kel l.�s Klotz Q„11As, TX 7,f}41O q7;t-If/—84 1 ❑ ❑ A.6 Q,> Us Gr. .ceti Cow►rown. �,c���/7� fe„��1't- ���8yG �o P a 3.2 7 DY11d 0r fA,T XAJ 7"1 B/773 7- /f/?� ❑ L"J 8f7- a��,�iQccw*a�....•R .�s Obf eptc fiye'rAl Awl L.0 4A; p„l/..s ,TX ;7,f;w 7 =✓�-G31-GG'9 ❑ ❑ red.46wo,*,"•aL•'c0N% ri I�GsO�t uoliWl�erf�.s 13 14 rorrijoi•yti 7_X 74/77 ❑ E]917_#39-. �i $17- 03, 34 fy lAnaT,�dar. pLAyF=.�wo,..t 6, P.'-/Y ih k r !?!dr rr� "dor /�-30 / G AA KO kV, 7(► �G I all 4f/- ❑ ❑ i 7-#9/- Tr;�k�l.l,Msl�r�e•�Mkc./� O cIf 7 Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 70 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ l� if/x, 037 s The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detailk explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. S/a w k l'11 AIIA�Vtl Author' ed Signature Printed Signature Aw44 / �J/1 Xe r_ 1---i-7-10c, Ta� Title V Contact Name/Title(if different) McMAHON CONTRACTING,L.P. 911- 2G3- - ;G�/-dGbp Company Name Telephone and/or Fax 30/9 1&v err 2Z_J 1J'*//"C"Xa4'��, r%�cT•�., . Cory/ A/ddress'r E-mail Address 1-7City/State/Zip Date Rev.2/10/15 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT,authorized on 611G12-81,7 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and MCMAHON CONTRACTING L.P., authorized to do business in Texas, acting by 7 and through its duly authorized representative,("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Timberland Boulevard,Phase 2 17 City Project No.02288 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 300 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City One Thousand Three Hundred Dollars($1300.00) for each day that expires after the 34 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 35 of Acceptance. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 6,2017 City Project No.02288 005243-2 Agreement Page 2 of 5 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of THREE MILLION,FIFTY-SIX THOUSAND, 39 THREE HUNDRED SEVEN AND 03/100 Dollars($3,056,307.03). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents(project specific) 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form 59 j. Form 1295 Certification No. aoll'o2310C)A 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued,become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 6,2017 City Project No.02288 005243-3 Agreement Page 3 of 5 76 Article 6.INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in part, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city,its officers,servants and employees,from and against any and all loss,damage 90 or destruction of property of the city,arising out of,or alleged to arise out of,the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by any act,omission or negligence of the city. 96 97 Article 7.MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 100 have the meanings indicated in the General Conditions. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the City. 104 7.3 Successors and Assigns. 105 City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 6,2017 City Project No.02288 005243-4 Agreement Page 4 of 5 117 7.6 Other Provisions. 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 119 classified, promulgated and set out by the City, a copy of which is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. 121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized signatory of the Contractor. 124 125 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 6,20 17 City Project No.02288 005243-5 Agreement Page 5 of 5 126 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 127 counterparts. 128 129 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 130 Contractor: City of Fort Worth �..( f, By: Jay Chapa V* Assistant City Manager (Signature) a V:OR Date v�l� l ���C ....... . SlnaiwhM�MG�Ina►� �fh� �' Attest: (Printed Name) City Se retary _ (Seal) Title: Address: U orr 8oK1 rd M&C Date: S S o1b f City/State/Zip: @[kXhl,?GGyiL. 1t: 00 Contract Compliance Manager: f� By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract,including ensuring all performance and reporting requirements. -4 Leon Wilson,Jr.,P.E. Senior Professional Engineer Ap roved as to Form and Legality: ou as ac Assistant City Attorney 131 132 133 APPROVAL RECOMMENDED: 134 135 136 137 Douglas,V. Weirsig, P.E. 138 DIRECT R, 139 Transportation and Public Works Department 140 " OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH FT.WORTH TX Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 6,2017 City Project No.02288 THIS PAGE INTENTIONALY LEFT BLANK iibol PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Is a ; and (2) will trot boycott Israel during the term of the contract. S ture &Ckvk ry M2nnh�I n,�uw�e,/� Title Date �9A4 AH01V CONTRACTING L.P. 3019 ROY ORR BLVD. Grand Prairie,TX 75050 (972)263-6907 Fax:(972)264-0008 September 11, 2017 Jennifer West Management Analyst I Transportation and Public Works 200 Texas Street Fort Worth,Texas 76102 Re: Contract Date Authorization I,Shawn McMahon, authorize the City of Fort Worth to date the documents for Contract#CO2288 Timberland Phase 2 with the appropriate date of 09/12/2017 as the official signature date of McMahon Contracting LP. Please feel free to call me at 972-263-6907 should you have any questions about the above,or email me at shawn@mcmahoncontracting.com. Sincerely, Shawn McMahon Manager/Member Mc Mahon Contracting, LP 0061 13-1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 6113 Bond No. 9255324 2 PERFORMANCE BOND 3 4 TRE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUN'T'Y OF TARRANT § 7 Colonial American Casualty 8 That we,McMahon Contracting L.P. known as`Principal"herein and and Surety Company and Fidelity and Deposit 9 Comopnv 9f Maryland ,a corporate surety(sureties,if more than one)duly authorized to do 10 bu$iness in the State of Texas,known as"Surety"herein(whether one or more),are held and 11 firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 12 Texas,known as"City"herein,in the penal sum of,Three Million,fift -ssix thousand.three 13 hundred seven and 03/100 Dollars($3,056,307.03),lawful money of the United States,to be paid 14 in Fort Worth,Tarrant County,Texas for the payment of which sum well and truly to be made, 15 we bind ourselves, our heirs,executors,administrators,successors and assigns,jointly and 16 severally,firmly by these presents. 17 WE1ERE,AS,the Principal has entered into a certain written contract with the City 18 awarded the 15 day of Augus 20 7which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 20 accessories defined by law,in the prosecution of the Work,including any Change Orders,as 21 provided for in said Contract designated asArterial Roadivay Improvements,Phase 2 Timberland 22 Boulevard(From.excelsior,Lane to N. Caylor Road), City Project Number CO2288, 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work,including Change Orders, under the Contract,according to the plans, 26 specifications,and contract documents therein referred to,and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTDER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. CITY OF PORT WORTH Timberland Boulevard,Phare 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2288 Reviscd July I,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WJHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 23rd day of August 6 ,2017 7 PRINCIPAL: 8 McMahon Contracting L.P. 9 10 11 Y: 12 Signature 13 ATTEST: 14 15 SIW�Nl on 16 (Principal5 Secretary W M/ 40& Name and Title AAWp�ga.0-Mt&dAQ?, 17 ` 18 AJA6Wxk* Address:3019 Roy Orr Blvd. 19 Grand Prairie,Texas 75050 20 21 22 j ss as to AdnCipal Colonial American Casualty and Surety 23 SURETY: Company and 24 FideliN and Deposit Com-paU of Maryland 25 26 27 B *_, 28 Signature 29 30 Robbi Morales, Attorney-in-fact 31 Name and Title 32 33 Address: 2711 N. Haskell Ave., Suite 800 34 Dallas, TX 75204 35 36 37 Witness as to Surety Telephone Number. 214/989-0000 38 39 40 41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2288 Revised July 1,2011 0061 14-1 PAYMENT BOND Page 1 ort 1 SECTION 00 61 14 Bond No. 9255324 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL,BY THESE PRESENTS: 6 COUNTY OF TARRANT § Colonial American Casualty 7 That we, McMahon Contracting L.P., known as "Principal' herein, and and Surety Company and Fidelity and Deposit 8 CompanXof Maaland , a corporate surety(sureties), duly authorized to do business in the 9 State of Texas, Mown as "Surety" herein (whether one or more), are held and firmly bound unto 10 the City of Fort Worth,a municipal corporation created pursuant to the laws of the State of Texas, I 1 Mown as "City" herein, in the penal sum of Three Million, fifty-six thousand, three hundred 12 seven and 031100 Dollars ($3,056,307.03), lawful money of the United States, to be paid in Fort 13 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 14 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 15 firmly by these presents: 16 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 17 15 day of Au us 2017.which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein,to furnish all materials,equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as Arterial Roadway Improvements, Phase 2 Timberland Boulevard(From Excelsior 21 Lane to N. Caylor Road), City Project Number CO2288. 22 NOW, THE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH 7'rniberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Clry Project No.CO2288 Revised July 1,2011 0061 14-2 PAYMENT BOND Pagc 2 ort 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 23rd day of 3 August $2017 4 PRINCIPAL: McMahon Contractine L.P. ATTEST: B : ature t /VSII � (P incipal)Secretaryt Name and Title �kdMirtisbr�4sR• Address: 3019 Rov Orr Blvd. 1 Grand Prairie,Texas 75050 V11t - ss as o incipal Colonial American Casualty and SURETY: Surety Company and Fidelity and Deposit Company of Maryland ATTEST:. BY��.. FYI Signature - i !� Robbi Morales, Attorney-in-fact (Surety) Secretary Name and Title Address: 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 N'✓itn s as to Surety Telephone Number: 214/989-0000 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CRY OF FORT WORTH Timberland Boule-ard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2288 Reviscd July 1,2011 0061 19-1 MAINTENANCE BOND Page I of 1 SECTION 00 6119 Bond No. 9255324 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 Colonial American Casualty 8 That we,McMahon Contracting L.P.,known as"Principal' herein and and surety Company and Fidelity and Deposit 9 Comopny of Maryland a a Corporate surety(sureties, if more than one)duly authorized to do 10 business in the State of Texas,known as"Surety"herein(whether one or more),are held and 11 firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of 12 the State of Texas, known as"City"herein, in the sum of Three Million,fifty-six thousand,three 13 hundred seven and 03/100 Dollars($3,056,307.03), lawful money of the United States,to be paid 14 in Fort Worth,Tarrant County,Texas,for payment of which sum well and truly be made unto the 15 City and its successors,we bind ourselves, our heirs,executors,administrators,successors and 16 assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded the]5 19 day of August 20j 7.which Contract is hereby referred to and a made part hereof for all purposes 20 as if fully set forth herein,to furnish all materials,equipment labor and other accessories as 21 defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 23 designated as Arterial Roadlvay Improvements, Plrase 2 Timberland Boulevard(From Excelsior 24 Loge to N. Caylor Road), City Project Number CO2288;and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans,specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of thvo(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH 7?nrbcrlaud Boulevard,Plrase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2288 Rcviscd July 1,2011 0061 19-2 MAINTENANCE 13OND Page 2 on I NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond;and 10 I 1 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division;and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Timberland Boulevard.Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.CO2288 Revised July I,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 23rd day of August 3 ,20 17 4 5 PRINCIPAL: 6 McMahon Contracting L.P. 7 8 9 10 6�i�gnature 11 ATTEST: 12 13 1 ___ _ �nawn &AGAW(noVl. 14 (PrinciparASecretary Sklkh MsNuvwn• Name and Title MAnA1a1-MeML"4 15 16Address:3019 Roy Orr Blvd. 17 Grand Prairie,Texas 75050 18 19 Ch i'di'L 20 a as to P ' ipal Colonial American Casualty 21 SURETY: and Surety Company and 22 Fidelity and Deposit Company of Maryland 23 24 / 25 26 Signature 27 28 Robbi Morales, Attorney-in-fact 29 A Name and Title 30 ' 31 Address: 2711 N. Haskell Ave., Suite 800 32 ( ur ty y _Dallas. TX 75204 33 4L� 34 (-� �o 35 Witness as to Surety Telephone Number: 214/989-0000 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY Or FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project A'o,CO2288 Rcviscd July 1,2011 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Don E. CORNELL, Ricardo J. REYNA, V. Delene MARSHALL, Sophinie HUNTER, Robbi MORALES, Kelly A. WESTBROOK and Tina MCEWAN, all of Dallas, Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 21 st day of June,A.D.2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND N�4yy _ wp O�ioj SG/y!tNSV'wA BBAL � � � 4 Ot �' s reM s� love r�3 �� ;�.• Secretary Vice President Eric D.Barnes Michael Bond State of Maryland County of Baltimore On this 21st day of June,A.D.2016,before the subscriber, a Notary Public of the State of Maryland,duly commissioned and qualified,MICHAEL BOND,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. •`,HtOnrypri .............. Constance C.�p7..o'1roTtR.Q.�'.wr`r` :a,:u:��,:�•: Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 168-0589 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 23rdlay of August ,2017 . SEAL Gerald F.Haley,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 0 ZURICH Texas Important Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may call Zurich North America's toll-free telephone Usted puede Ilamar al numero de telefono gratuito de number for information or to make a complaint at: Zurich North America's para obtener informacion o para 1-800-382-2150 presentar una queja al: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or Usted puede comunicarse con el Departamento de Se- complaints at: guros de Texas para obtener informacion sobre com- 1-800-252-3439 pahias, coberturas, derechos, o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance: Usted puede escribir al Departamento P.O. Box 149104 de Seguros de Texas a: Austin, TX 78714-9104 P.O. Box 149104 Fax: (512) 490-1007 Austin, TX 78714-9104 Web: www.tdi.texas.gov Fax: (512)490-1007 E-mail: ConsumerProtection@tdi.texas.gov Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or DISPUTAS POR PRIMAS DE SEGUROS O about a claim, you should contact the company first. If RECLAMACIONES: the dispute is not resolved, you may contact the Texas Si tiene una disputa relacionada con su prima de seguro Department of,Insurance. o con una reclamacibn, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted ATTACH THIS NOTICE TO YOUR POLICY: puede comunicarse con el Departamento de Seguros de This notice is for information only and does not become Texas. a part or condition of the attached document. ADJUNTE ESTE AVISO A SU PbLIZA: Este aviso es solamente para propbsitos informativos y no se con- vierte en parte o en condicibn del documento adjunto. U-GU-296-E(06/15) Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number:EBA0103371 Named Insured: McMahon Conaacting,L.P. Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION II - LIABILITY COVERAGE, A. Cover- age, I. Who is an Insured is amended to include as an insured any person or organization with which you have agreed in a valid written contract to provide insurance as is afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury"or"property damage". AA 4171 11 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION - AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: EBA0103371 Named Insured: McMahon Contracting,L.P. Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. Blanket Waiver of Subrogation of payments we make for "bodily injury" or SECTION IV - BUSINESS AUTO CONDI- "property damage"arising out of the operation TIONS, A. Loss Conditions, 5. Transfer of of a covered "auto" when you have assumed Rights of Recover Against Others to Us is liability for such bodily injury" or property 9 Y 9 damage" under an "insured contract", pro- amended by the addition of the following: vided the "bodily injury" or "property damage" We waive any right of recovery we may have occurs subsequent to the execution of the "in- against any person or organization because sured contract". AA 4172 09 09 TAoxr ® WORKERS' COMPENSATION AND EMPLOYERS exzmutliai LIABILITY INSURANCE POLICY Insurance Company WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule t ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be _ _ _ percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Advance Premium This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on at 12:01 A.M.standard time,forms a part of Policy No.0001228995 of the Texas Mutual Insurance Company Issuedto McMahon c�Rr,�, � c,�.r Endorsement No, DBA: Premium$ NCCI Carrier Code 29939 Authorized Representative WC420304B(ED.6-01-2014) °l THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: EBA0103371 Named Insured: McMahon Contracting,L.P. Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. Noncontributory Insurance SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 5. Other In- surance is replaced by the following.- c. ollowing:c. Regardless of the provisions of Para- graph a. above, this Coverage Form's Li- ability Coverage is primary and we will not seek contribution from any other in- surance for any liability assumed under an "insured contract"that requires liability to be assumed on a primary noncon- tributory basis. AA 4174 11 05 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry 2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnifcation.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests,and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmq 2,2016 Article 10-Changes in the Work; Claims;Extra Work............................................................... ................. 38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances; Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnjmy 2,2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day –A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line,electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 00 7200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined,shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas,or his duly appointed representative,assistant,or agents. 28. Director of Parks and Community Services— The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.Notice of Award--The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnray 2,2016 00 7200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeNuary2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes,vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday,as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m.and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 through E are not defined but,when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehcumy2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty,or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmq 2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuy2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnguy2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions;or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniay 2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions,the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way,and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted,and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felin my2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others;and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City,during construction;and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4. If Contractor encounters a lead service line or if Contractor or anyone for whom Contractor is responsible encounters a lead service line, Contractor shall immediately notify City (and promptly thereafter confirm such notice in writing). City may direct Contractor to remove and replace the lead service line in accordance with the Technical Specifications. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments,and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb uary2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fele ay 2,2016 00 7200-1 GENERAL CONDITIONS Page 16 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeWay2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M.Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeWguy2,2016 00 7200-1 GENERAL CONDITIONS Page 19 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory 2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 00 72 00-1 GENERAL CONDITIONS Page 21 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing,start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnery 2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or"or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn ar 2,2016 00 72 00-1 GENERAL CONDITIONS Page 23 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service;and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified;and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniazy2,2016 00 7200-1 GENERAL CONDITIONS Page 24 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair,and replacement services;and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnijy and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwxy2,2016 00 72 00-1 GENERAL CONDITIONS Page 26 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrwy2,2016 0072 00-1 GENERAL CONDITIONS Page 28 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felx ay 2,2016 00 72 00-1 GENERAL CONDITIONS Page 29 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.htm1 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 00 7200-1 GENERAL CONDITIONS Page 30 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay 2,2016 00 72 00-1 GENERAL CONDITIONS Page 31 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeNuuy2,2016 00 7200-1 GENERAL CONDITIONS Page 32 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb►uazy2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 7200-1 GENERAL CONDITIONS Page 34 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute.None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE. AND BE EFFECTIVE EVEN IF IT IS I L . ED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN T AT ALL OR SOME OF THE DAMAGES BEING O HT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. ONIISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehumy 2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work;and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febawy 2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Leon Wilson, Jr., P.E., or his/her successor pursuant to written notification from the Director of Transportation and Public Works Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrazy2,2016 00 72 00-1 GENERAL CONDITIONS Page 39 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13,whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 7200-1 GENERAL CONDITIONS Page 40 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 00 7200-1 GENERAL CONDITIONS Page 41 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim,with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and,within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim;or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuary2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febr r 2,2016 00 72 00-1 GENERAL CONDITIONS Page 43 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel,and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrmy2,2016 00 72 00-1 GENERAL CONDITIONS Page 44 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied,and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeNuary2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement;and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 00 7200-1 GENERAL CONDITIONS Page 46 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fetniary 2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0I.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5,the Contractor's fee shall be five percent(50/o); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 7200-1 GENERAL CONDITIONS Page 48 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 0072 00-1 GENERAL CONDITIONS Page 49 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material,and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers,architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing,and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering,exposure,observation, inspection,testing,replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febney2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fetauary 2,2016 00 7200-1 GENERAL CONDITIONS Page 52 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory 2,2016 00 7200-1 GENERAL CONDITIONS Page 54 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmg2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 00 7200-1 GENERAL CONDITIONS Page 57 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERNUNATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuazy2,2016 00 7200-1 GENERAL CONDITIONS Page 59 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the convection of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmq 2,2016 00 7200-1 GENERAL CONDITIONS Page 60 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeWmry2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted,shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe6niazy2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary 2,2016 007200-1 GENERAL CONDITIONS Page 64 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 THIS PAGE INTENTIONALY LEFT BLANK 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 March 17,2017: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 48 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of March 17,2017 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 A Geotechnical Engineering Report, Report No. 14-0261,dated November 13,2014,prepared by 12 Gorrondona&Associates,Inc.a sub-consultant of MULTATECH Engineering,Inc.,a consultant of the 13 City,providing additional information on sub-surface soils conditions 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 17 None 18 19 SC-4.06A.,"Hazardous Environmental Conditions at Site" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 None 23 24 SC-5.03A.,"Certificates of Insurance" 25 26 The entities listed below are"additional insureds as their interest may appear"including their respective 27 officers,directors,agents and employees. 28 29 (1) City 30 (2) Consultant: None 31 (3) Other: None 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: 37 38 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease-each employee 44 $500,000 Disease-policy limit 45 46 SC-5.04B.,"Contractor's Insurance" 47 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 2 under Paragraph GC-5.0413.,which shall be on a per project basis covering the Contractor with 3 minimum limits of: 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 I 1 The Commercial General Liability Insurance policies shall provide"X","C",and"U'coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks None 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: None 48 49 (2) Each Occurrence: $None 50 51 Required for this Contract X Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company,separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together With any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 <Buzzsaw location, Resources/02-Construction Documents/Specifications/Div 00-General 39 Conditions/CFW Wage Rate Table 20080708.pdf> 40 41 SC-6.09.,"Permits and Utilities" 42 43 SC-6.09A.,"Contractor obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 45 City of Fort Worth Street Use Permit 46 TCEQ Notice of Intent 47 48 SC-6.0913."City obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 50 51 SC-6.09C."Outstanding permits and licenses" 52 53 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of March 17, 54 2017 55 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION 2 3 SC-7.02.,"Coordination" 4 5 The individuals or entities listed below have contracts with the City for the performance of other work at 6 the Site: 7 Vendor Scope of Work Coordination Authority None 8 9 10 SC-8.01,"Communications to Contractor" 11 12 Flexible Base to be used to replace unsuitable subgrade material as directed by the Engineer. 13 14 SC-9.01.,"City's Project Manager" 15 16 The City's Project Manager for this Contract is Leon Wilson,Jr.,P.E.,or his successor pursuant to written 17 notification from the Director of Transportation and Public Works. 18 19 SC-13.03C.,"Tests and Inspections" 20 21 None 22 23 SC-16.01C.1,"Methods and Procedures" 24 25 None 26 27 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01.,"City's Project Representative"warding changed to City's Project Manager. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 THIS PAGE INTENTIONALY LEFT BLANK 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials,and equipment,and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys,or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials,and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 18 lawns,fences,culverts,curbing,and all other types of structures or improvements, 19 to all water,sewer,and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company,individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect, or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 1100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 THIS PAGE INTENTIONALY LEFT BLANK 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended —Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page I of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor,subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY[NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised August 17,2012 THIS PAGE INTENTIONALY LEFT BLANK 01 31 20-1 PROJECT MEETINGS Page I of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule,attend and administer as specified,periodic progress meetings,and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings,in addition to those specified in this Section, may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others,as requested by the Project Representative 29 S. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK 0132 16-l CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation,submittal,updating,status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2-No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3-Schedule submittal required by contract as described in the 27 Specification and herein.Majority of City projects,including all bond program 28 projects 29 d. Tier 4-Schedule submittal required by contract as described in the 30 Specification and herein.Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5-Schedule submittal required by contract as described in the 34 Specification and herein.Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0132 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift,shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing,sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0132 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0132 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 1 013300-1 SUBMITTALS Page l of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing,at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements,field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 £4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards,such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,as applicable to the Work 18 I. Do not start Work requiring a shop drawing,sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors,including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings,samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor,and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings,data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include,but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications,submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number,"-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 S. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 3. Section 33 12 25—Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety,Subtitle A.Public Safety,Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground)shall be in accordance with 37 Health and Safety Code, Title 9, Subtitle A,Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as"AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m.to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 29 with the National Weather Service,will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m. whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour,or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight,Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 0131 13 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate,for a 3 period of time,existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed,obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required,coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition,the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No(CPN) 31 c) Scope of Project(i.e.type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers(USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required,meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required,meet all requirements set forth in each designated 26 railroad permit. This includes, but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust,capture and properly dispose of waste water. 44 b. If wet saw cutting is performed, capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 r EXHIBIT B FORT WORTH DOE NO.XXXX Protect(lame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR 3 — - ---- 4 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 45 23-1 TESTING AND INSPECTION SERVICES Pagel of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City,sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power, light,heat and other utility services necessary for 32 execution,completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting,operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR]/[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 31 25 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division, (817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK 0158 13-1 TEMPORARY PROJECT SIGNAGE Page I of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1—General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel,adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION[NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 3 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Mobilization and Demobilization 8 a. Mobilization 9 1) Transportation of Contractor's personnel,equipment,and operating supplies 10 to the Site 11 2) Establishment of necessary general facilities for the Contractor's operation 12 at the Site 13 3) Premiums paid for performance and payment bonds 14 4) Transportation of Contractor's personnel,equipment,and operating supplies 15 to another location within the designated Site 16 5) Relocation of necessary general facilities for the Contractor's operation 17 from 1 location to another location on the Site. 18 b. Demobilization 19 1) Transportation of Contractor's personnel,equipment,and operating supplies 20 away from the Site including disassembly 21 2) Site Clean-up 22 3) Removal of all buildings and/or other facilities assembled at the Site for this 23 Contract 24 c. Mobilization and Demobilization do not include activities for specific items of 25 work that are for which payment is provided elsewhere in the contract. 26 B. Deviations from this City of Fort Worth Standard Specification 27 1. None. 28 C. Related Specification Sections include,but are not necessarily limited to: 29 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 30 2. Division 1 —General Requirements 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment[Consult City Department/Division for direction on if 33 Mobilization pay item to be included or the item should be subsidiary.Include the 34 appropriate Section 1.2 A. 1.] 35 1. Mobilization and Demobilization 36 a. Measure 37 1) This Item will be measured by the lump sum or each as the work 38 progresses. Mobilization is calculated on the base bid only and will not be 39 paid for separately on any additive alternate items added to the Contract. 40 2) Demobilization shall be considered subsidiary to the various bid items. 41 b. Payment CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 3 1 1) For this Item,the adjusted Contract amount will be calculated as the total 2 Contract amount less the lump sum for mobilization. Mobilization shall be 3 made in partial payments as follows: 4 a) When 1%of the adjusted Contract amount for construction Items is 5 earned,50%of the mobilization lump sum bid or 2.5%of the total Contract 6 amount,whichever is less, will be paid. 7 b) When 5%of the adjusted Contract amount for construction Items is 8 earned, 75%of the mobilization lump sum bid or 5%of the total Contract 9 amount,whichever is less, will be paid. Previous payments under the Item 10 will be deducted from this amount. 11 c) When 10%of the adjusted Contract amount for construction Items is 12 earned, 100%of the mobilization lump sum bid or 5%of the total Contract 13 amount,whichever is less, will be paid. Previous payments under the Item 14 will be deducted from this amount. 15 d)A bid containing a total for"Mobilization'in excess of 5% of total 16 contract shall be considered unbalanced and a cause for consideration 17 of rejection. 18 2) The work performed and materials furnished for demobilization in 19 accordance with this Item are subsidiary to the various Items bid and no other 20 compensation will be allowed. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS [NOT USED] 24 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS [NOT USED] 32 PART 3- EXECUTION [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 3 DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 1 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised November 22,2016 THIS PAGE INTENTIONALY LEFT BLANK 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of 5 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 1.9.A Construction Staking 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required,shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the Contractor. The Contractor shall 8 provide,at his own expense,all construction staking required to perform the work 9 as described in the plans and specifications.For City capital projects,control 10 staking will be performed by the City. The Contractor staking shall include all 11 necessary staking to construct the improvements including but not limited to the 12 following: set excavation and fill stakes on or near the right-of-way,all stakes 13 necessary for utility relocation and storm drain placement,off-set back of curb 14 stakes for subgrade stabilization and paving,and intermediate grade stakes(i.e.blue 15 topping,fill,or cut stakes)on the centerline. 16 2. All staking shall be subject to inspection by the City.While the City shall have the 17 right to inspect,it shall have no duty to inspect.The Contractor will be responsible 18 for any discrepancies from the plan alignment and/or grade. 19 20 3. Calendar days will not be adjusted due to the lack of available crews or due to the 21 negligence of the Contractor or vandalism that causes the replacement of stakes. 22 23 4. Coordination 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 5. General 27 a. Contractor is responsible for preserving and maintaining stakes. 28 29 B. Construction Survey 30 1. Construction Survey will be performed by the City. 31 2. Coordination 32 a. Contractor to verify that control data established in the design survey remains 33 intact. 34 b. Coordinate with the City prior to field investigation to determine which 35 horizontal and vertical control data will be required for construction survey. 36 c. It is the Contractor's responsibility to coordinate Construction Survey such that 37 construction activities are not delayed or negatively impacted. 38 d. Notify City if any control data needs to be restored or replaced due to damage 39 caused during construction operations. 40 1) City shall perform replacements and/or restorations. 41 3. General 42 a. Construction survey will be performed in order to maintain complete and 43 accurate logs of control and survey work as it progresses for Project Records. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 b. The Contractor will need to ensure coordination is maintained with the City to 2 perform construction survey to obtain construction features, including but not 3 limited to the following: 4 1) All Utility Lines 5 a) Rim and flowline elevations and coordinates for each manhole or 6 junction structure 7 2) Water Lines 8 a) Top of pipe elevations and coordinates for waterlines at the following 9 locations: 10 (1) Every 25O linear feet 11 (2) Horizontal and vertical points of inflection,curvature,etc.(All 12 Fittings) 13 (3) Cathodic protection test stations 14 (4) Sampling stations 15 (5) Meter boxes/vaults(All sizes) 16 (6) Fire lines 17 (7) Fire hydrants 18 (8) Gate valves 19 (9) Plugs,stubouts,dead-end lines 20 (10) Air Release valves(Manhole rim and vent pipe) 21 (11) Blow off valves(Manhole rim and valve lid) 22 (12) Pressure plane valves 23 (13) Cleaning wyes 24 (14) Casing pipe(each end) 25 b) Storm Sewer 26 (1) Top of pipe elevations and coordinates at the following locations: 27 (a) Every 250 linear feet 28 (b) Horizontal and vertical points of inflection,curvature,etc. 29 c) Sanitary Sewer 30 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 31 the following locations: 32 (a) Every 250 linear feet 33 (b) Horizontal and vertical points of inflection,curvature,etc. 34 (c) Cleanouts 35 c. Construction survey will be performed in order to maintain complete and 36 accurate logs of control and survey work associated with meeting or exceeding 37 the line and grade required by these Specifications. 38 d. The Contractor will need to ensure coordination is maintained with the City to 39 perform construction survey and to verify control data, including but not 40 limited to the following: 41 1) Established benchmarks and control points provided for the Contractor's 42 use are accurate 43 2) Benchmarks were used to furnish and maintain all reference lines and 44 grades for tunneling 45 3) Lines and grades were used to establish the location of the pipe 46 4) Submit to the City copies of field notes used to establish all lines and 47 grades and allow the City to check guidance system setup prior to 48 beginning each tunneling drive. 49 5) Provide access for the City to verify the guidance system and the line and 50 grade of the carrier pipe on a daily basis. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 6) The Contractor remains fully responsible for the accuracy of the work and 2 the correction of it,as required. 3 7) Monitor line and grade continuously during construction. 4 8) Record deviation with respect to design line and grade once at each pipe 5 joint and submit daily records to City. 6 9) If the installation does not meet the specified tolerances, immediately notify 7 the City and correct the installation in accordance with the Contract 8 Documents. 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL 21 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 22 City in accordance with this Specification. 23 B. Do not change or relocate stakes or control data without approval from the City. 24 3.8 SYSTEM STARTUP[NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 2 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 THIS PAGE INTENTIONALY LEFT BLANK 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health,safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals,dispose of waste materials,debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic,adhesives,dust,dirt,stains,fingerprints,labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes,structures, 42 junction boxes and inlets. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 7423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUNRY ARY OF CHANGE 10 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection,submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice,the City,in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions,City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK 01 78 23-1 OPERATION AND MAINTENANCE DATA Page I of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text,as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content,for architectural products,applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size,composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content,for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves,engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation,control,stopping,shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to"trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment,adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics, and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to"trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 THIS PAGE INTENTIONALY LEFT BLANK 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports I i d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set,identify each of the Documents with the 35 title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July I,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 23 ducts, and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENT'S Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City,secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling,and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 033513-1 INTEGRALCONCRETECOLOR Pagel of 3 SECTION 03 3513 INTEGRAL CONCRETE COLOR PART 1 -GENERAL 1.1 SUMMARY A. This section describes coloring concrete used to construct work under other contract bid items as well as any special materials and special construction techniques associated with using colored concrete. B. Related Specification Sections include but are not necessarily limited to 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract. 2. Division 1 -General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid and where indicated on the Drawings. No separate payment will be allowed for this item. PART 2-PRODUCTS 2.1 MATERIALS A. CONCRETE 1. Integrally color concrete using non-fading pigments conforming to ASTM C979 as follows: a. Median Areas (Sand/Buff): Use non-fading synthetic iron oxides at a loading of 6 percent or more by weight of total cementitious material in the mix. Match the concrete color in reasonably close conformance with Sand Buff (SG237-1) by Scofield,or approved equal. 2. Add integral concrete colorant according to manufacturer's instructions. Provide a copy of those manufacturer instructions to the City before producing material for incorporation into the work. 3. The City will accept the color based on approval of color samples,and field mock-up. a. Contractor shall submit a standard color chart and color samples for review and preliminary selection by the City. CITY OF FORT WORTH Timberland Blvd.,Phase 2 KHA No.061018118 CPN 02288 033513-2 INTEGRALCONCRETECOLOR Page 2 of 3 b. Contractor shall provide a 3'x3' minimum mock-up of the selected color samples for approval of the City. 4. Maintain mix characteristics for colored concrete requiring a matching finish. Use the same source, brand, type, and color of portland cement, supplementary cementitious materials, aggregates, and admixtures for colored concrete throughout the project. Use constant cement content, supplementary cementitious material content, and water/cementitious materials ratio to maintain consistent color. B. CURING COMPOUND 1. Furnish a liquid membrane-forming clear curing compound conforming to ASTM C 1315, type 1. C. ADMIXTURES 1. Furnish admixtures designed for use with and compatible with colored concrete pigments.Do not use calcium chloride or other admixtures containing chlorides. D. COLORED CONCRETE MIX APPROVAL 1. GENERAL a. Obtain City approval for colored concrete mixes before placing colored concrete. The City will base approval either on a successful performance history or on trial batches. Upon City approval, the submitted sample panel (Minimum 3'x3'x3") or the test slab will be the visual quality standard for finished work under the contract. 2. PERFORMANCE HISTORY a. Use the same materials mixed in the same proportions as used on another department project where the City approved the color. Ensure that all materials, including admixtures, are of the same type and brand and from the same sources. Provide the following to the City for review and approval: 1) Project Info:Project ID, and location. 2) Mix proportions: quantities per cubic yard expressed as SSD weights and net water, water to cementitious material ratio, air content, and 28-day or earlier compressive strength. 3) Materials:type,brand,and source. 4) Sample panel: Provide a finished colored concrete sample having minimum dimensions of 3- foot by 3-foot by 3-inch, from the previous project (if available), or a photo image of the previous sample panel. 3. TRIAL BATCHES a. The contractor may use preliminary laboratory or field trial batching to establish the mix proportions necessary to conform to the contract-required color. b. Produce test slabs to demonstrate the texture, surface finish, color, and color intensity. At least 2 business days in advance, provide the City with the date and time for test slab construction. C. At a City-allowed location on the project, place, finish, and cure a 10-foot by 10- foot by 6-inch colored concrete test slab using the same methods proposed for CITY OF FORT WORTH Timberland Blvd.,Phase 2 KHA No.061018118 CPN 02288 0335 13-3 INTEGRAL CONCRETE COLOR Page 3 of contract work. Produce test slabs using the same workers designated to perform the contract work. Retain samples of cements, sands, aggregates, and color additives used in test slabs for comparison with materials used in contract work. d. Use at least a 2-cubic yard batch or a batch of the size proposed for production whichever is larger. e. Submit final mix design information to the City. Including specific sources and, if applicable,trade names for materials. PART 3 - EXECUTION 3.1 CONSTRUCTION A. Construct work incorporating colored concrete conforming to contract specifications under the associate bid items except cure with clear curing compound and use only non-chloride admixtures as specified in Section 2.1. B. Produce consistently colored concrete in full cubic yard increments. The City will not allow variations in the amounts, types, or source of materials with the exception of minor adjustments of water and air-entraining agent. Other changes require mix re-approval. C. Schedule placement to minimize exposure to rapid drying conditions, wind and full sun, before applying curing compound. Do not place colored concrete if rain, snow, or freezing temperatures are forecast within 24-hours. D. Cover or otherwise protect adjacent concrete work from discoloration and spillage while placing and curing colored concrete. Remove and replace discolored concrete as directed by the City. E. Perform finishing operations consistently to avoid color variation. Do not begin finishing while bleed water is present. The City will order removal and replacement of colored concrete if the contractor adds water to the surface to aid in finishing. Apply strokes in the same direction during final finishing and texturing. F. Protect colored concrete from premature drying and excessive cold or hot temperatures by promptly applying curing compound. Do not allow plastic sheeting to come in contact with colored concrete. G. Protect the colored concrete from damage. Do not permit construction traffic or material storage on colored concrete. Exclude foot traffic from colored concrete for at least 24 hours after placement. H. Remove test slabs not permanently incorporated into the work and restore the site after the City determines the test slab is no longer needed. END OF SECTION CITY OF FORT WORTH Timberland Blvd.,Phase 2 KHA No.061018118 CPN 02288 THIS PAGE INTENTIONALY LEFT BLANK 3471 13-1 TRAFFIC CONTROL Page 1 of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. The price bid for this item is amended to read Lump Sum.The contractor is to 9 design,implement and maintain traffic control devices for the entire project 10 and for the duration of the proiect.All other applicable provisions of Spec 11 Item 34 7113 shall apply. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Installation of Traffic Control Devices 18 a. Measurement 19 1) Measurement for Traffic Control Devices shall be per month for the Project 20 duration. 21 a) A month is defined as 30 calendar days. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid for"Traffic Control". 26 c. The price bid shall include: 27 1) Traffic Control implementation 28 2) Installation 29 3) Maintenance 30 4) Adjustments 31 5) Replacements 32 6) Removal 33 7) Police assistance during peak hours 34 2. Portable Message Signs 35 a. Measurement 36 1) Measurement for this Item shall be per week for the duration of use. 37 b. Payment 38 1) The work performed and materials furnished in accordance to this Item and 39 measured as provided under"Measurement"shall be paid for at the unit 40 price bid per week for"Portable Message Sign"rental. 41 c. The price bid shall include: 42 1) Delivery of Portable Message Sign to Site CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 347113-2 TRAFFIC CONTROL Page 2 of 5 1 2) Message updating 2 3) Sign movement throughout construction 3 4) Return of the Portable Message Sign post-construction 4 3. Preparation of Traffic Control Plan Details 5 a. Measurement 6 1) Measurement for this Item be per each Traffic Control Detail prepared. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 shall be paid for at the unit price bid per each"Traffic Control Detail" 10 prepared. 11 c. The price bid shall include: 12 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 13 longer 14 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 15 (TMUTCD) 16 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 17 4) Incorporation of City comments 18 1.3 REFERENCES 19 A. Reference Standards 20 1. Reference standards cited in this Specification refer to the current reference 21 standard published at the time of the latest revision date logged at the end of this 22 Specification,unless a date is specifically cited. 23 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 24 3. Item 502,Barricades, Signs,and Traffic Handling of the Texas Department of 25 Transportation,Standard Specifications for Construction and Maintenance of 26 Highways, Streets,and Bridges. 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 30 implementing Traffic Control within 500 feet of a traffic signal. 31 B. Sequencing 32 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 33 approved by the City and design Engineer before implementation. 34 1.5 SUBMITTALS 35 A. Provide the City with a current list of qualified flaggers before beginning flagging 36 activities.Use only flaggers on the qualified list. 37 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 38 Engineering Division,311 W. 10`h Street. The Traffic Control Plan(TCP)for the 39 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 40 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 41 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 42 Engineer. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 347113-3 TRAFFIC CONTROL Page 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets. 4 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 6 changes to the Traffic Control Plan(s)developed by the Design Engineer. 7 G. Design Engineer will furnish standard details for Traffic Control. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 ASSEMBLIES AND MATERIALS 18 A. Description 19 1. Regulatory Requirements 20 a. Provide Traffic Control Devices that conform to details shown on the 21 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 22 Device List(CWZTCDL). 23 2. Materials 24 a. Traffic Control Devices must meet all reflectivity requirements included in the 25 TMUTCD and TxDOT Specifications—Item 502 at all times during 26 construction. 27 b. Electronic message boards shall be provided in accordance with the TMUTCD. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3- EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Protection of In-Place Conditions 34 1. Protect existing traffic signal equipment. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not make changes to the location of any device or implement any other changes to 6 the Traffic Control Plan without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning,replacing,straightening, 10 covering,or removing Devices. 11 2. Maintain the Devices such that they are properly positioned,spaced,and legible, 12 and that retroreflective characteristics meet requirements during darkness and rain. 13 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 14 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 15 lights,signs,or other precautionary measures for the protection of persons or property),the 16 Inspector may order such additional precautionary measures be taken to protect persons 17 and property. 18 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 19 or in conflict with the proposed method of handling traffic or utility adjustments,can be 20 constructed during any phase. 21 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance of drivers entering the highway from driveways or side streets. 23 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 24 be erected and mounted on portable supports. 25 1. The support design is subject to the approval of the Engineer. 26 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 28 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 29 approved by the Engineer,to be used for Traffic Control. 30 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 31 turn-ons,street light pole installation,or other construction will be done during peak traffic 32 times(AM:7 am—9 am,PM:4 pm-6 pm). 33 L. Flaggers 34 1. Provide a Contractor representative who has been certified as a flagging instructor 35 through courses offered by the Texas Engineering Extension Service,the American 36 Traffic Safety Services Association,the National Safety Council,or other approved 37 organizations. 38 a. Provide the certificate indicating course completion when requested. 39 b. This representative is responsible for training and assuring that all flaggers are 40 qualified to perform flagging duties. 41 2. A qualified flagger must be independently certified by 1 of the organizations listed 42 above or trained by the Contractor's certified flagging instructor. CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 347113-5 TRAFFIC CONTROL Page 5 of 5 1 3. Flaggers must be courteous and able to effectively communicate with the public. 2 4. When directing traffic,flaggers must use standard attire,flags,signs,and signals 3 and follow the flagging procedures set forth in the TMUTCD. 4 5. Provide and maintain flaggers at such points and for such periods of time as may be 5 required to provide for the safety and convenience of public travel and Contractor's 6 personnel,and as shown on the Drawings or as directed by the Engineer. 7 a. These flaggers shall be located at each end of the lane closure. 8 M. Removal 9 1. Upon completion of Work,remove from the Site all barricades,signs,cones,lights 10 and other Traffic Control Devices used for work-zone traffic handling in a timely 11 manner,unless otherwise shown on the Drawings. 12 3.4 REPAIR/RESTORATION [NOT USED] 13 3.5 RE-INSTALLATION [NOT USED] 14 3.6 FIELD [oR] SITE QUALITY CONTROL[NOT USED] 15 3.7 SYSTEM STARTUP [NOT USED] 16 3.8 ADJUSTING [NOT USED] 17 3.9 CLEANING [NOT USED] 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 24 CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 THIS PAGE INTENTIONALY LEFT BLANK APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities-NONE GC-4.06 Hazardous Environmental Condition at Site-NONE GC-6.06.D City of Fort Worth Best Value Utilization Form GC-6.07 Wage Rates GC-6.09 Permits and Utilities-NONE GC-6.24 Nondiscrimination -NONE GR-01 60 00 Product Requirements CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK GC-4.01 Availability of Lands CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK EXHIBIT"A" PARCEL No.1 Being a tract of land situated in the J.Chirino Survey,Abstract No.265, City of Fort Worth,Tarrant County,Texas,and being a portion of Lot 1,Block 2,Timberland Addition,an addition to Tarrant County, Texas as recorded in Volume 388-183, Page 74,Plat Records,Tarrant County,Texas, (PRTCT)and being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod found for the northwest corner of said Lot 1 in the southerly right-of- way line of Timberland Drive(a variable width right-of-way)and the easterly terminus of Timberland Boulevard by instrument recorded in Cabinet A,Slide 8910, PRTCT; THENCE North 89°59'01" East,along the common northerly line of said Lot 1 and said southerly right-of- way line,a distance of 277.09 feet to a''/:inch iron rod found at the common northeast corner of said Lot 1 and the northwest corner of a certain tract of land described to Geralyn A. Fortin and Jean A. Fortin by instrument recorded in Instrument Number D212009358, Deed Records,Tarrant County, Texas; THENCE South 00°00'15"West,along the common easterly line of said Lot 1 and the westerly line of said Fortin tract,a distance of 49.61 feet to a 5/8 inch iron rod with cap stamped"SHIELD ENGINEERING"set in the proposed southerly right-of-way line of Timberland Boulevard; THENCE South 89052'57"West,along said proposed southerly right-of-way line,a distance of 153.52 feet to a 5/8 inch iron rod with cap stamped"SHIELD ENGINEERING"set at the beginning of a tangent curve to the left; THENCE 124.16 feet along the arc of said curve and along said proposed southerly right-of-way line, through a delta angle of 06°52'00",whose radius is 1036.00 feet,the long chord of which bears South 86026'57"West, 124.09 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING" set at the end of said curve in the common westerly line of said Lot 1 and the aforementioned easterly terminus of Timberland Boulevard; THENCE North 00°16'50" East,along said common westerly line and easterly terminus,a distance of 57.53 feet to the POINT OF BEGINNING and containing 14,126 square feet or 0.324 acres of land, more or less. LOT 15, BLOCK 34 EXHIBIT „B„ McPHERSON RANCH t) CAB. A, SLIDE 8910, PARCEL No.i P.R.T.C.T. c W d�a LOT 14, BLOCK 34 _X ri McPHERSON RANCH q� 0 U;z CAB. A. SLIDE 8910, P.R.T.C.T. G3 WILLIAM D. DONACHUE ��� ' ETUX THERESA M. DANAGHUE VOL 8373, PG. 715, D.R.T.C.T. s/s•IRON ROD MM CAP STAMPED'CARTER a .� . BURGESS'FOUND F%ISD �. 110 C, RIGM-OF-WAY RMNT-OIR-OF_ryp A TIMBERLAND DRIVE Z F (A VARIABLE WIDTH RIOHT•OF•WAY) Q Q 3< POINT OF "3 ,> y 3 �B�EG I N N I N G UNE OF OIREcno14L CWTROL Rlu+°r°5an"F-°wr c4 H rt60°•FOUNNo N 89'59'01" E 277.09' F9.2'&DON PROPOSED TIMBERLAND BOULEVARD H DELTA - 06'52'00" RIGHT-OF-WAY ACQUISITION $ ch b ; ARC — 124.16' 14,126 SQUARE FEET OR 0.324 ACRES 0 R 1036.00' z LCs S 86'26'57' W. rn MARKER ROW 124.09MARKER S 89' 2'57" 15 .5 ROW 4ARNER Z EKISp WAr Row MARKER LOT 1, BLOCK 2 a TIMBERLAND ADDITION d VOL 388-183, PG. 74, m d z F P.R.T.C.T. r Z 06 Ln �z� W l` 7H 3 zw� �j N. H. THEODORE <x OD 5~ VOL. 14069, PG. 381, D.R.T.C.T. in z Z� 0 Z o C4 O N� U U N off 2 50 100 ado Fou o ORT WORT City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PIAT. EXHIBIT SHOWING ARIGHT•OF-WAY ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY ARE 5/8•IRON OUT OF THE CALLED RODS OTHERWISEwED.C: ED 'SHIELD ENGINEERING" sET UNLESS 3.596 ACRES BEING 3. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE LOT 1, BLOCK 2,TIMBERLAND ADDITION SYSTEM, NORTH CENTRAL ZONE, NAD'83. ALL DISTANCES ARE SITUATED IN THE SURFACE DISTANCES. J. CHIRINO SURVEY, A85TRACT No. 265 4. CM - CONTROL MONUMENT. AS RECORDED IN VOLUME 388.183,PAGE 74 PLAT RECORDS,TARRANT COUNTY,TEXAS PROJECT: TIMBERLAND BOULEVARD CITY PROJECT No: 02288 ACQUISITION AREA: 14,126 SQUARE FEET OR 0.324 ACRES OF LAND, MORE OR LESS DATE: 02/09/2015 ROBERT W. BRYAN REGISTERED PROFESSIONAL LAND DRAWING: 1304301-PARCEL-1.dwg DRAWN BY: JCW CHECKED BY: RWB SURVEYOR No. 5508 SHIELD ENGINEERING GROUP, PLLC • PO BOX 470636 FORT WORTH, TEXAS 76147 0 (817) 810-0696 0 TBPE F-11039 • TBPLS 10193890• ©2015 EXHIBIT"A" PARCEL 2 Being a tract of land situated in the J.Chirino Survey,Abstract No.265,City of Fort Worth,Tarrant County,Texas,and being a portion of that certain tract of land described to Geralyn A. Fortin and Jean A. Fortin by instrument recorded in Instrument Number D212009358,Deed Records,Tarrant County, Texas, (DRTCT)and being more particularly described by metes and bounds as follows: BEGINNING at a %inch iron rod found in the southerly right-of-way line of Timberland Drive(a variable width right-of-way)for the common northwest corner of said Fortin tract and the northeast corner of Lot 1, Block 2,Timberland Addition, an addition to Tarrant County,Texas as recorded in Volume 388- 183, Page 74, Plat Records,Tarrant County,Texas; THENCE South 89°55'18" East,along the common northerly line of said Fortin tract and said southerly right-of-way line,a distance of 277.61 feet to a Y2 inch iron rod found for the common northeast corner of said Fortin tract and the northwest corner of a certain tract of land described to Reginald Young et us Julie Young by instrument recorded in Instrument Number D211217854, DRTCT; THENCE South 00°03'31"West,along the common easterly line of said Fortin tract and the westerly line of said Young tract,a distance of 48.66 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING"set in the proposed southerly right-of-way line of Timberland Boulevard; THENCE South 89°52'57"West,along said proposed southerly right-of-way line,a distance of 277.57 feet to a 5/8 inch iron rod with cap stamped"SHIELD ENGINEERING" set on the common westerly line of said Fortin tract and the easterly line of the aforementioned Lot 1; THENCE North 00°00'15" East,along the common westerly line of said Fortin tract and easterly line of said Lot 1,a distance of 49.61 feet to the POINT OF BEGINNING and containing 13,639 square feet or 0.313 acres of land,more or less. W� EXHIBIT "B" �V U _ PARCEL No.2 $gin c I� STEVEN L TOLAN cr JACK A. PEDERSEN Lu w ETUX ELENA K. TOLAN z x ri ETUX KAREN A PEDERSEN VOL. 8370, PG. 613, D.R.T.C.T. COUNTY D2 026 M SD RUT.0-TND. �Q a�N 1/2IRON _ RDD FOUND , EXISTING RIGHT—OF—WAY �G TIMBERLAND DRIVE POINT OF (A VARIABLE WIDTH RIGHT-OF-WAY) BE//GINNING IN, �3 // T(6O2•FOUID EXISTING ° RICU FIRON ORD CM RIG —OF—WAY UNE OF OIREM 01 CONTROL CM S 89'55'18" E 277.61' Li 3 ■ ■ o .o PROPOSED TIMBERLAND BOULEVARD r n 'D o m RIGHT-OF-WAY ACQUISITION 0 ! o o 13,639 SQUARE FEET OR 0.313 ACRES z 2 N aQcs ROW MARKERS 89'52'57" W 277.57' z.p�z Q> o Ci LOT 1, BLOCK 2 ROW MARKERw In TIMBERLAND ADDITION s VOL. 388-183, PG. 74, z n P.R.T.C.T. w x L) GERALYN A. FORTIN AND JEAN A. FORTIN o- G' COUNTY CLERK'S FILING NO. o o 0 D212009358, D.R.T.C.T. 3 3 e e M O M o a b 0 U) In N. H. THEODORE VOL. 14069, PG. 381, 0 50 100 D.R.T.C.T. 7/B'IRON 3/! IRON R60 FOUHD R6O•FOUND FORTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. EXHIBIT SHOWING A 2. ROW MARKERS ALONG PROPOSED RICHT-OF-WAY ARE 5/8-IRON RIGHT OUT T WAY ACQUISITION OF A CALLED RODS WITH CAP STAMPED -SHIELD ENGINEERING'SET UNLESS OTHERWISE NOTED. 3.58 ACRE TRACT OF LAND 3. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SITUATED INTHE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE SURFACE DISTANCES. J, CHIRINO SURVEY,, ABSTRACT No. 265 4. CM CONTROL MONUMENT. AS RECORDED IN COUNTY CLERK'S FELING No.D212009358 DEED RECORDS,TARRANT COUNTY,TEXAS PROJECT: TIMBERLAND BOULEVARD CITY PROJECT No: 02288 ACQUISITION AREA: 13,639 SQUARE FEET OR 0.313 ACRES OF LAND, MORE OR LESS DATE: 02/09/2015 ROBERT W. BRYAN REGISTERED PROFESSIONAL LAND DRAWING: 1304301-PARCEL-2.dwq DRAWN BY: JCW CHECKED BY: RWB SURVEYOR No, 5508 SHIELD ENGINEERING GROUP, PLLC 0 PO BOX 470636 FORT WORTH, TEXAS 76147 • (817) 810-0696 0 TBPE F-11039 0 TBPLS 10193890 0 ©2015 EXHIBIT"A" PARCEL 3 Being a tract of land situated in the J. Chirino Survey,Abstract No.265, City of Fort Worth,Tarrant County,Texas,and being a portion of that certain tract of land described to Reginald Young et ux Julie Young by instrument recorded in Instrument Number D211217854,Deed Records,Tarrant County, Texas,(DRTCT)and being more particularly described by metes and bounds as follows: BEGINNING at a%:inch iron rod found in the southerly right-of-way line of Timberland Drive(a variable width right-of-way)for the common northwest corner of said Young tract and the northeast corner of a certain tract of land described to Geralyn A. Fortin and Jean A. Fortin by instrument recorded In Instrument Number D212009358, DRTCT; THENCE South 89°56'38" East,along the common northerly line of said Young tract and said southerly right-of-way line,a distance of 276.45 feet to a point for the northeast corner of said Young tract,being in the westerly line of"Tract 1"as described to Priceless Real Estate Improvement, Inc. (PRET)by instrument recorded in Instrument Number D214163985,DRTCT; THENCE South 01°13'43" East,along the common easterly line of said Young tract and the westerly line of said Tract 1,a distance of 47.83 feet to a 5/8 inch iron rod with cap stamped"SHIELD ENGINEERING" set in the proposed southerly right-of-way line of Timberland Boulevard; THENCE South 89°52'57"West,along said proposed southerly right-of-way line,a distance of 277.53 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING"set in the common westerly line of said Young tract and the easterly line of the aforementioned Fortin tract; THENCE North 00°03'31" East,along said common westerly line of said Young tract and the easterly line of said Fortin tract,a distance of 48.66 feet to the POINT OF BEGINNING and containing 13,362 square feet or 0.307 acres of land,more or less. EXHIBIT "B 11 PARCEL No.3 STEVEN L TOLAN ETUX ELENA K. TOLAN COUNTY CLERK'S FILING NO. D210267643, D.R.T.C.T. La "FOUWND ROD FOUIrD DOSING ROM-OF-NAY TIMBERLAND DRIVE POINT OF IA VARIABLE WIDTH RIGHT-OF-WAY) BEGINNING 1;�9FIDRUOND EMNO ... CM RIGHT-CIF-NAY W QD S 89'56'38" E 276.45' w w c PROPOSED TIMBERLAND BOULEVARD .o o Io RIGHT-OF-WAY ACQUISITION c v 13,362 SQUARE FEET OR 0.307 ACRES m m n m S 89'52'57" W 277.53' ' V ROW WRNFA NOW MARKEN 0,C N A oo F O C N 0 x of REGINALD YOUNG g IA c (7 ETUX JULIE YOUNG .x 08 � ISS COUNTY CLERK'S FILING NO. f r4 g C5 D211217854, D.R.T.C.T. z Z o . 1rn rn LU Lll to 0 50 100 �/B IRCN 4 IRON ROD FOUND ROD FOUND Cm ORTWORT City Of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. EXHIBIT SHOWING A 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY ARE 5/8'IRON RIGHT-OF-WAYACQUISITION OUUTTOOFF AA CAL OT WITH CRWISE OTS STAMPED 'SHIELD ENGINEERING' SET UNLESS 3.660 ACRE TRACT OF LAND 3. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SITUATED IN THE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE J. CHIRINO SURVEY, ABSTRACT No. 265 SURFACE DISTANCES. AS RECORDED IN a. CM - CONTROL MONUMENT. COUNTY CLERK'S FILING No.D211217654 DEED RECORDS,TARRANT COUNTY,TEXAS PROJECT: TIMBERLAND BOULEVARD I CITY PROJECT No: 02288 ACQUISITION AREA: 13,362 SQUARE FEET OR 0.307 ACRES OF LAND, MORE OR LESS DATE: 02/09/2015 ROBERT W. BRYAN REGISTERED PROFESSIONAL LAND DRAWING: 1304301_PARCEL-3.dwg DRAWN BY: JCW CHECKED BY: RWB SURVEYOR No. 5508 SHIELD ENGINEERING GROUP, PLLC • PO BOX 470636 FORT WORTH, TEXAS 76147 0 (817) 810-0696 • TBPE F-11039 0 TBPLS 10193890• ©2015 EXHIBIT"A" PARCEL 4 Being a tract of land situated in the J.Chirino Survey,Abstract No.265, City of Fort Worth,Tarrant County,Texas,and being a portion of"Tract 1"as described to Priceless Real Estate Improvement, Inc., (PRET)by instrument recorded in Instrument Number D214163985,Deed Records,Tarrant County, Texas, (DRTCT)and being more particularly described by metes and bounds as follows: COMMENCING at a Y2 iron rod found with cap stamped "ARTHUR SURVEYING COMPANY"for a common inner ell corner of said Tract 1 and the southwest corner of"Tract 2" as described to PRET by instrument recorded in Instrument Number D214163985 DRTCT; THENCE North 01°08'25"West,along a common easterly line of said Tract 1 and the westerly line of said Tract 2,a distance of 131.75 feet to a 5/8 inch iron rod with cap stamped"SHIELD ENGINEERING"set in the proposed southerly right-of way line of Timberland Boulevard for the POINT OF BEGINNING; THENCE South 89°52'57"West,along said proposed southerly right-of-way line,a distance of 525.99 feet to a 5/8 inch Iron rod with cap stamped"SHIELD ENGINEERING"set on the common westerly line of said Tract 1 and the easterly line of a tract of land described to Reginald Young et ux Julie Young by instrument recorded in Instrument Number D211217854, DRTCT, THENCE North 01013'43"West,along the common westerly line of said Tract 1 and said easterly line of said Young tract,at 47.83 feet passing the reconstructed northeast corner of said Young tract,in all a total distance of 59.21 feet to a point in the southerly right-of-way line of Timberland Drive(a variable width right-of-way); THENCE South 89°51'31" East,along the common northerly line of said Tract 1 and said southerly right- of-way line of Timberland Drive,a distance of 526.13 feet to a%inch iron rod found with cap stamped "ARTHUR SURVEYING COMPANY"for the common northernmost northeast corner of said Tract 1 and the northwest corner of the aforementioned Tract 2; THENCE South 01°08'25" East,along the aforementioned common easterly line of said Tract 1 and the westerly line of said Tract 2,a distance of 56.83 feet to the POINT OF BEGINNING and containing 30,516 square feet or 0.701 acres of land,more or less. EXHIBIT "B" PARCEL No.4 STEVEN L TOLAN NORTH TARRANT CHURCH OF CHRIST, INC. HARAF REAL ESTATE LLC ETUX ELENA K. TOLAN COUNTY CLERK'S FILING NO. COUNTY CLERK'S FILING NO. COUNTY CLERK'S FILING NO. D206265671, D.R.T.C.T. D214047503, D.R.T.C.T. D210267643. D.R.T.C.T. 9ca•IRON D FOUND TwsnNG TIMBERLAND DRIVE Iis,MONROD WITH RGHT'#-WAY (A VARIABLE WIDTH RIGHT-OF-WAY) CM STAMPED'ARTHUR SURVEYING COMPANY RRRL S 89'51'31" E 526.13' C+ L1 PROPOSED TIMBERLAND BOULEVARD L2 c RIGHT-OF-WAY ACQUISITION z ROW MARKER 30,516 SQUARE FEET OR 0.701 ACRES ROW MARKER o 1 6 c z S 89'52'57" W 525.99' POINT OF ;" mrn BEGINNING c �N �^ PRICELESS REAL ESTATE IMPROVEMENT, INC. r� COUNTY CLERK'S FILING NO. c=i"y n C D214163985, D.R.T.C.T. (TRACT 1) `, o,Am� _ nc)2a 1/2.IRON ROD WH CM 1 O CC'll �� �, CAP STS'ARTHUR SURVEIING COMPAMY POUND COMMENCING LINE I BEARING I DISTANCE Li I N 01'13'43 W 1 59.21 L2 I S 01'08 25 E 1 56.83 0 100 200 2111%A ORT city of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. EXHIBIT SHOWING A 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY ARE 5/8-IRON RIGHT-OF-WAY ACQUISITION RODS WITH CAP STAMPED "SHIELD ENGINEERING' SET UNLESS OTHERWISE NOTED. OUT OF A CALLED 3. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE 8.995 ACRE TRACT OF LAND SYSTEM, NORTH CENTRALZONE, NAD '63. ALL DISTANCES ARE SITUATED IN THE SURFACE DISTANCES. ISTAJ. CHIRINO SURVEY, ABSTRACT No. 265 4. CM a CONTROL MONUMENT. AS RECORDED IN COUNTY CLERK'S FILING NO.D214163985(TRACT 1) DEED RECORDS,TARRANT COUNTY,TEXAS PROJECT: TIMBERLAND BOULEVARD CITY PROJECT No: 02288 ACQUISITION AREA: 30,516 SQUARE FEET OR 0.701 ACRES OF LAND, MORE OR LESS DATE: 02/09/2015 ROBERT W. BRYAN REGISTERED PROFESSIONAL LAND DRAWING: 1304301-PARCEL-4.dwg DRAWN BY: JCW CHECKED BY: RWB SURVEYOR No, 5.508 SHIELD ENGINEERING GROUP, PLLC • PO BOX 470636 FORT WORTH, TEXAS 76147 • (817) 810-0696 0 TBPE F-11039 • TBPLS 10193890 9 Q 2015 EXHIBIT"A" PARCEL 4-1 Being a tract of land situated in the J.Chirino Survey,Abstract No.265,City of Fort Worth,Tarrant County,Texas,and being a portion of"Tract 1"as described to Priceless Real Estate Improvement,Inc., (PRET)by instrument recorded in Instrument Number D214163985, Deed Records,Tarrant County, Texas, (DRTCT)and being more particularly described by metes and bounds as follows: BEGINNING at a PK nail found in the westerly right-of-way line of N. Caylor Road(a variable width right- of-way)for the common easternmost northeast corner of said Tract 1 and the southeast corner of"Tract 2"as described to PREI by instrument recorded in Instrument Number D214163985, DRTCT; THENCE South 01°12'04" East,along a common easterly line of said Tract 1 and said westerly right-of- way line,a distance of 155.20 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING" set in the common existing westerly right-of-way line of N.Caylor Road and the proposed westerly right-of- way line of N.Caylor Road; THENCE South 89°45'09"West,along said proposed westerly right-of-way line of.N. Caylor Road, a distance of 15.66 feet to a 5/8 inch iron rod with cap stamped"SHIELD ENGINEERING"set for an angle point in said proposed westerly right-of-way line; THENCE North 00°14'51"West,continuing along said proposed westerly right-of-way line,a distance of 155.28 feet to a 5/8 Inch iron rod with cap stamped"SHIELD ENGINEERING"set on a common northerly line of the aforementioned Tract 1 and the south line of the aforementioned Tract 2; THENCE South 89°50'18"East,along said common northerly and southerly line,a distance of 13.08 feet to the POINT OF BEGINNING and containing 2,231 square feet or 0.051 acres of land, more or less. EXHIBIT "B" PARCEL No.4-1 PRICELESS REAL ESTATE IMPROVEMENT, INC. COUNTY CLERK'S FILING NO. 0' D214183985, D.R.T.C.T. (TRACT 2) UNEOF DIRECTIONALCO3POINT OF �++ S 89'50'18" E E 231.31.34' BEGINNING PK 1/2'IRON ROD WITH 218.26' ROW MAMER L2 cm NAL FOUND CAP STAMPED'ARTHUR SURVEM COMPANY"FOUND PRICELESS REAL ESTATE IMPROVEMENT, INC. A Z COUNTY CLERK'S FILING NO. > C7 CHRIST'S HAVEN REALTY, LLC D214163985, D.R.T.C.T. (TRACT 1) w > COUNTY CLERK'S FILING No. z In E ►� D212309023, D.R.T.C.T. � � r 0 • i O f m 0 O a PROPOSED N CAYLOR ROAD RIGHT-OF-WAY ACQUISITION a 2,231 SQUARE FEET OR 0.051 ACRES y� y, ROW MARKER L1 ROW MANN UNE 1 BEARING DISTANCE 0 50 100 Lt S 89'4509 IN 15.66' L2 I S 89-50-18- E 1 13.08 �o�'r VoR�r City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. EXHIBIT SHOWING A 2. ROW MARKERS ALONG PROPOSED RK;♦1T—OF—WAY ARE 5/8-IRON RIGHT ACQUISITION RODS WITH CAP STAMPED 'SHIELD ENGINEERING' SET UNLESS OUT WAY OP A CALLED OTHERWISE NOTED. 8.995 ACRE TRACT OF LAND 3. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SITUATED IN THE SYSTEM, NORTH CENTRAL ZONE, NAD 'e3. ALL DISTANCES ARE SURFACE DISTANCES. J. CHIRINO SURVEY, ABSTRACT No. 265 AS RECORDED IN 4. CM a CONTROL MONUMENT, COUNTY CLERK'S FILING No.D214163985(TRACT 1) DEED RECORDS,TARRANT COUNTY,TEXAS PROJECT: TIMBERLAND BOULEVARD CITY PROJECT No: 02288 ACQUISITION AREA: 2,231 SQUARE FEET OR 0.051 ACRES OF LAND, MORE OR LESS DATE: 02/09/2015 ROBERT W. BRYAN REGISTERED PROFESSIONAL LAND DRAWING: 1304301—PARCEL-4-1.dwg DRAWN BY: JCW ICHECKED BY: RWB SURVEYOR No. 5508 SHIELD ENGINEERING GROUP, PLLC • PO BOX 470636 FORT WORTH, TEXAS 76147 • (817) 810-0696 0 TBPE F-11039 • TBPLS 10193890 9 Q 2015 EXHIBIT"A" PARCEL 5 Being a tract of land situated in the J.Chirino Survey,Abstract No.265, City of Fort Worth,Tarrant County,Texas,and being a portion of"Tract 2"as described to Priceless Real Estate Improvement, Inc., (PREI)by instrument recorded in Instrument Number D214163985, Deed Records,Tarrant County, Texas,(DRTCT)and being more particularly described by metes and bounds as follows: BEGINNING at a PK nail found in the westerly right-of-way line of N.Caylor Road(a variable width right- of-way)for the common southeast corner of said Tract 2 and the easternmost northeast corner"Tract 1"as described to PREI by instrument recorded in Instrument Number D214163985, DRTCT; THENCE North 89°50'18"West,along the common southerly line of said Tract 2 and a northerly line of said Tract 1,a distance of 13.08 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING"set in the proposed westerly right-of-way line of N.Caylor Road; THENCE North 00°14'51"West,along said proposed westerly right-of-way line,a distance of 132.79 feet to a 5/8 inch iron rod with cap stamped"SHIELD ENGINEERING"set at the intersection of said proposed westerly right-of-way line of N.Caylor Road with the proposed southerly right-of-way line of Timberland Boulevard; THENCE South 89°52'57"West,along said proposed southerly right-of-way line,a distance of 220.31 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING"set in the common westerly line of the aforementioned Tract 2 and an easterly line of the aforementioned Tract 1; THENCE North 01008'25"West,along said common easterly and westerly lines,a distance of 56.83 feet to a%inch iron rod found with cap stamped"ARTHUR SURVEYING COMPANY"in the existing southerly right-of-way line of Timberland Drive(a variable width right-of-way)for the common northwest corner of said Tract 2 and the northernmost northeast corner of said Tract 1; THENCE South 89048'42" East,along the common northerly line of said Tract 2 and said southerly right- of-way line,a distance of 230.90 feet to a PK nail found for the northeast corner of said Tract 2 at the intersection of said existing southerly right-of-way line with the aforementioned existing westerly right- of-way line of N.Caylor Road; THENCE South 01016'37" East,along the common easterly line of said Tract 2 and the aforementioned westerly right-of-way line,a distance of 188.49 feet to the POINT OF BEGINNING and containing 14,559 square feet or 0.334 acres of land,more or less. EXHIBIT IIB" PARCEL No.5 TIMBERLAND DRIVE (A VARIABLE WIDTH RIGHT-OF-WAY) 1/2'IRON ROD WITH CAP STAMPED'ARTHUR EKISIING SURVEYING COMPANY'FOUND S 89'48`42" E 230.90' FOW-CF-WAT PK WIIL M60 Z Y < x O PROPOSED TIMBERLAND BOULEVARD& ; n N CAYLOR ROAD RIGHT-OF-WAY ACQUISITION to ,.< 14,559 SQUARE FEET OR 0.334 ACRES t.., 0 00 Z M N {� W ! /c 0 n C N ROW MARKER S 89'52'57" W 220.31' ROW MARKER O NUj 01 F 1 Vjm t p23 GZ'l r. o C p p �j p n PRICELESS REAL ESTATE IMPROVEMENT, INC. „ .. COUNTY CLERK'S FILING NO. fi 0214163985, D.R.T.C.T. (TRACT 2) m !,a FO C� Do IR POINT OF cm UNE OF DIRECTIONAL CONTROLBEGINNING Ll PK NAIL IbIND 1/2'IRON ROD WITH S 89'50'18" E 231.34' RCW MARKER CM CAP STAMPED'ARTHUR SURVEYING COMPANY FOUND S PRICELESS REAL ESTATE IMPROVEMENT, INC. COUNTY CLERK'S FILING NO. D214163985, D.R.T.C.T. (TRACT 1) 0 50 100 LINE BEARING I DISTANCE K L1 N 89'50'18- W 1 13.08 FORTWORTH City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. EXHIBIT SHOWING A RIGHT-OF-WAY ACQUISITION 2. ROW MARKERS ALONG PROPOSED RIGHT-OF-WAY ARE 5/8-IRON OUT OF A CALLED RODSWITH CAP STAMPED 'SHIELD ENGINEERING' SET UNLESS OTHERWISE NOTED. 1.000 ACRE TRACT OF LAND OTHERWISE 3. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SITUATED IN THE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE SURFACE DISTANCES. J. CHIRINO SURVEY, ABSTRACT No. 265 AS RECORDED 1N 4. CM - CONTROL MONUMENT. COUNTY CLERK'S FILING No.D214163985(TRACT 2) DEED RECORDS,TARRANTCOUNTY,TEXAS PROJECT: TIMBERLAND BOULEVARD CITY PROJECT No: 02288 ACQUISITION AREA: 14,559 SQUARE FEET OR 0.334 ACRES OF LAND, MORE OR LESS DATE: 02/09/2015 ROBERT W. BRYAN REGISTERED PROFESSIONAL LAND DRAWING: 1304301-PARCEL-5.dwg DRAWN BY: JCW CHECKED BY: RWB SURVEYOR No. 5508 SHIELD ENGINEERING GROUP, PLLC • PO BOX 470636 FORT WORTH, TEXAS 76147 0 (817) 810-0696 8 TOPE F-11039 • TBPLS 10193890• (e 2015 GC-4.02 Subsurface and Physical Conditions CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK GEOTECHNICAL ENGINEERING REPORT �.I�litft`� TIMBERLAND BOULEVARD AND PARK VISTA BOULEVARD PAVEMENT IMPROVEMENTS FORT WORTH, TEXAS GEOTECHNICAL ENGINEERING REPORT Timberland Boulevard and Park Vista Boulevard Pavement Improvements Fort Worth, Texas Prepared by: WWWAFMIIIIIII mwq i � 1 ��1�ultt'L Gorrondona &Associates, Inc. Prepared for: MultaTech, Inc. 2821 West 7th St., Suite 400 Fort Worth,Texas 76107 Attention: Mr. Paul Padilla, P.E. November 13, 2014 G&AI Project No. 14-0261 GORRONDONA&ASSOCIATES,INC.-TExAs ENGINEERING FIRM REGISTRATION NO.F-7933 "'"'"'"�J Gorrondona & Associates, Inc. G A i November 13, 2014 Mr. Paul Padilla MultaTech, Inc. 2821 West 7th St.,Suite 400 Fort Worth,Texas 76107 Re: GEOTECHNICAL ENGINEERING REPORT Timberland Boulevard and Park Vista Boulevard Pavement Improvements Fort Worth,Texas G&AI Project No. 14-0261 Dear Mr. Padilla: Gorrondona & Associates, Inc. (G&AI) is pleased to submit this Geotechnical Engineering Report for the above-referenced project. This investigation was performed in accordance with our approved contract. We appreciate the opportunity to work with you on this project. Please contact us if you have any questions or require additional services. Respectfully submitted, Lee Gurecky, E.I.T. Project Engineer Vivekananda "Vivek" Chikyala, P.E. Senior Project Engineer 7524 Jack Newell Blvd.South •Fort Worth,Texas 76118•817.496.1424• Fax 817.496.1768 Gorrondona&Associates,Inc.—Texas Engineering Firm Registration No.F-7933 TABLE OF CONTENTS Page 1.0 Introduction .................................................................................................................... 1 2.0 Field Investigation........................................................................................................... 2 3.0 Laboratory Testing..........................................................................................................3 4.0 Site Conditions................................................................................................................5 4.1 General........................................................................................................................ 5 4.2 Geology....................................................................................................................... 5 4.3 Soil............................................................................................................................... 6 4.4 Groundwater...............................................................................................................8 5.0 Analysis and Recommendations.....................................................................................8 5.1 Seismic Site Classification ...........................................................................................8 5.2 Potential Vertical Soil Movements.............................................................................. 9 5.3 Soluble Sulfates........................................................................................................... 9 5.4 Construction Excavations.......................................................................................... 10 5.5 Groundwater Control................................................................................................ 11 5.6 Earthwork.................................................................................................................. 11 5.6.1 Site Preparation ................................................................................................. 11 5.6.2 Proofroll ............................................................................................................. 11 5.6.3 Grading and Drainage........................................................................................ 11 5.6.4 Wet Weather/Soft Subgrade ............................................................................. 12 5.6.5 Fill....................................................................................................................... 12 5.6.6 Testing................................................................................................................ 13 5.7 Demolition Considerations ....................................................................................... 13 5.8 Loading on Buried Structures.................................................................................... 13 5.9 Retaining Structures.................................................................................................. 14 5.10 Buried Pipe................................................................................................................ 15 5.11 Uncontrolled Fill........................................................................................................ 16 5.12 Existing Pond Backfill................................................................................................. 16 5.13 Pavement.................................................................................................................. 16 5.13.1 Design Parameters............................................................................................. 17 5.13.2 Rigid Pavement .................................................................................................. 18 5.13.3 Flexible Pavement.............................................................................................. 18 5.13.4 Reclaimed Asphalt Pavement............................................................................ 18 5.13.5 Temporary Road................................................................................................. 19 5.13.6 Pavement Subgrade Stabilization...................................................................... 19 6.0 General Comments....................................................................................................... 20 APPENDICES Appendix A- Project Location Diagrams Appendix B- Boring Location Diagram Appendix C- Boring Logs and Laboratory Results Appendix D-Aerial Photographs Appendix E- USGS Topographic Map Appendix F-Site Photographs Appendix G-Geologic Information Appendix H - Unified Soil Classification System Appendix I—Pavement Design Calculations GEOTECHNICAL ENGINEERING REPORT Timberland Boulevard and Park Vista Boulevard Pavement Improvements Fort Worth,Texas 1.0 INTRODUCTION Proiect Location. The project consists of three segments, as follows, located in north Fort Worth,Texas: • Segment 1—Timberland Boulevard from Excelsior Lane to Caylor Road; • Segment 2 — Timberland Boulevard from Caylor Road to Park Vista Boulevard and Park Vista Boulevard from Caylor Road to North of Timberland Boulevard; and • Segment 3 — Timberland Boulevard from Park Vista Blvd. to US 377 including Katy Road intersection reconstruction. The general location and orientation of the site are provided in Appendix A- Project Location Diagrams. Project Description. The project consist of proposed construction of new and/or replacement pavement along each segment, as well as retaining walls on the south side of Timberland Boulevard due east of Excelsior Lane (Segment 1). This includes widening of a section of Timberland Boulevard from two to four lanes between Excelsior Lane in the west to US-377 in the east. One short section of paving for Timberland Boulevard between Caylor Road and Park Vista Boulevard will be constructed from new(Segment 2). Project Authorization. This geotechnical investigation was authorized by Mr. Paul Padilla, P.E. with MultaTech, Inc. and performed in accordance with the Subcontract Agreement dated September 3, 2014. Purpose and Methodology. The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical engineering design recommendations. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the soils; and (3) perform engineering analyses, using field and laboratory data, to develop design criteria. G&AI Project No. 14-0261 Page 1 Cautionary Statement Regarding Use of this Report. As with any geotechnical engineering report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. G&AI, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. G&AI strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact G&AI for clarification. Clarification will be provided verbally and/or issued by G&AI in the form of a report addendum, as appropriate. Report Specificity. This report was prepared to meet the specific needs of the client for the specific project identified. Recommendations contained herein should not be applied to any other project at this site by the client or anyone else without the explicit approval of G&AL 2.0 FIELD INVESTIGATION Subsurface Investigation. The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B- Boring Location Diagram. Boring Nos. Depth,feet bgs Date Drilled Location B-01 to B-07 15 9/8/20 .4 Along Segment 2 B-08 to B-11 15 9/25/2014 Along Segment 1 (On Existing Timberland Blvd.) B-12 to B-19 15 9/24/2014 Along Segment 3 (South of Existing Timberland Blvd.) B-20 and B-21 25 9/25/2014 Along Segment 1 (On Existing Timberland Blvd.) Notes: 1. bgs=below ground surface 2. Boring locations provided in Appendix B-Boring Location Diagram were not surveyed and should be considered approximate. Borings were located by recreational hand-held GPS unit. Horizontal accuracy of such units is typically on the order of 20-feet. Boring Logs. Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C- Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. Cohesive Soil Sampling. Cohesive soil samples were generally obtained using Shelby tube samplers in general accordance with American Society for Testing and Materials (ASTM) D1587. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the undisturbed soils by the hydraulic pulldown of the drilling rig. The soil G&AI Project No.14-0261 Page 2 specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. Consistency of Cohesive Soils. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded,the value is tabulated as 4.5+. Granular Soil Sampling. Granular soil samples were generally obtained using split-barrel sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2-inch outside diameter (OD) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (lb) hammer falling freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. Samples were sealed and returned to our laboratory for further examination and testing. Texas Cone Penetration (TCP). Texas Cone Penetration (TCP) test was used to assess the apparent in-place strength characteristics of the soil and rock type materials. In the TCP test procedure, a 3-inch outside diameter (OD) steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Groundwater Observations. Groundwater observations are shown on the boring logs. Borehole Plugging. Upon completion of the borings, the boreholes were backfilled from the top and plugged at the surface. 3.0 LABORATORY TESTING G&AI performs visual classification and any of a number of laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C - Boring Logs and Laboratory Results. Laboratory tests and procedures routinely utilized, as appropriate, for geotechnical investigations are tabulated below. G&AI Project No. 14-0261 Page 3 Test Procedure Description ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle-Size Analysis and Determination of Soil Constants ASTM D422 Standard Test Method for Particle-Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No.200(75-µm) Sieve ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D1883 Standard Test Method for CBR(California Bearing Ratio)of Laboratory-Compacted Soils ASTM D2166 Standard Test Method for Unconfined Compressive Strength of Cohesive Soil ASTM D2216 Standard Test Method for Laboratory Determination of Water(Moisture)Content of Soil and Rock by Mass ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle-Size Analysis and Determination of Soil Constants ASTM D2434 Standard Test Method for Permeability of Granular Soils(Constant Head) ASTM D2435 Standard Test Methods for One-Dimensional Consolidation Properties of Soils Using Incremental Loading ASTM D2487 Standard Classification of Soils for Engineering Purposes(Unified Soil Classification System) ASTM D2488 Standard Practice for Description and Identification of Soils(Visual-Manual Procedure) ASTM D2850 Standard Test Method for Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soil ASTM D2937 Standard Test Method for Density of Soil in Place by the Drive-Cylinder Method ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D4546 Standard Test Methods for One-Dimensional Swell or Settlement Potential of Cohesive Soils ASTM D4643 Standard Test Method for Determination of Water(Moisture)Content of Soil by the Microwave Oven Method ASTM D4644 Standard Test Method for Slake Durability of Shales and Similar Weak Rocks ASTM D4647 Standard Test Method for Identification and Classification of Dispersive Clay Soils by the Pinhole Test ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4767 Standard Method for Consolidated Undrained Triaxial Compression Test for Cohesive Soils ASTM D4972 Standard Test method for pH of Soils Manufacturer's Soil Strength Determination Using a Torvane Instructions Tex-145-E Determining Sulfate Content in Soils-Colorimetric Method G&AI Project No. 14-0261 Page 4 4.0 SITE CONDITIONS 4.1 General Review of Aerial Photographs. Historical aerial photographs of the site were reviewed for potential past alterations to the site which could impact geotechnical design conditions. Specifically, aerial photographs were reviewed to visually assess obvious areas of significant past fill on site. Aerial photographs were reviewed for the years 2013, 2011, 2008, 2007, 2005, 2003, 2001 and 1995. Reviewed aerial photographs are included in Appendix D - Aerial Photographs. Based on the aerial photographs, the section of Timberland Boulevard between Excelsior Lane and N Caylor Road was constructed since at least 1995. Aerial photographs indicate the section of Timberland Boulevard on the east side of Park Vista Blvd. was constructed sometime between 2007 and 2008. Based on the aerial photographs, the proposed Timberland Blvd. alignment between N Caylor Road and Park Vista Boulevard was undeveloped since at least 1995. Based on the aerial photographs, the proposed Park Vista Boulevard alignment between Caylor Road and Timberland Boulevard was undeveloped since at least 1995. Based on the aerial photographs, several ponds were noted along the alignments. Aerial photographs indicate, with the exception of one pond located on the east side of Timberland Boulevard and N Caylor Road intersection all other ponds were backfilled. Due to the previous construction activities, we would expect some surficial disturbance of site soils. Due to the intermittent nature and relatively low resolution of aerial photographs, as well as our lack of detailed information regarding the past land use of the site, our review should not be interpreted as eliminating the possibility of cuts and/or fills on site which could detrimentally affect future construction. Topography. A United States Geological Survey (USGS) topographic map of the site is provided in Appendix E- USGS Topographic Map. The map indicates the site slopes gently to the east. Site Photographs. Photographs representative of the site at the time of this investigation are provided in Appendix F -Site Photographs. Photographed conditions are consistent with the aerial photographs and topographic map. 4.2 Geology Geologic Formation. Based on available surface geology maps and our experience, it appears this site is located near the mapped contact with the"Grayson Marl and Main Street Limestone, undivided" and the Woodbine Formation. A geologic atlas and USGS formation descriptions are provided in Appendix G - Geologic Information. Soils within the "Grayson Marl and Main Street Limestone, undivided" can generally be characterized as residual clays overlying limestone and marl. Soils within the Woodbine Formation can generally be characterized as residual sands and clays overlying sandstone and shale. G&AI Project No. 14-0261 Page 5 Geologic Faults. A geologic fault study was beyond the scope of this investigation. 4.3 Soil Stratigraphy. Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C - Boring Logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix H - Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. Generalized Subsurface Conditions along Segment 1 (Barings B-08 to B-11,8-20 and 8-21) Nominal Depth,feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 7-inch to PAVEMENT 0 to 1-inch ASPHALT over 6-to it-inch BASE. 12-inch 7-inch to 15 and 25 PREDOMINANTLY Stiff to hard SANDY FAT CLAY(CH)/FAT CLAY(CH),stiff to 12-inch CLAYEY SAND hard SANDY LEAN CLAY(CL)/LEAN CLAY WITH SAND(CL)/ AND LEAN TO LEAN CLAY(CL),hard CLAYEY SAND(SC)and dense to very FAT CLAY WITH dense SILTY SAND(SM). SOME SAND EXCEPTION:B-20—Soft SHALE at 23 feet bgs. Note: Boring Termination Depth=15 to 25 feet bgs. Generalized Subsurface Conditions along Segment 2 (Borings B-01 to B-07) Nominal Depth,feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 15 LEAN TO Very stiff to hard SANDY FAT CLAY(CH)/FAT CLAY(CH)and stiff FAT CLAY to hard SANDY LEAN CLAY(CL)/LEAN CLAY(CL). EXCEPTION: B-07—SILTY SAND(SM)from 1 to 2 feet bgs. Note: Boring Termination Depth=15 feet bgs. G&AI Project No. 14-0261 Page 6 Generalized Subsurface Conditions along Segment 3 (Borings B-12 to B-19) Nominal Depth,feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 0 to 5 FILL Hard SANDY LEAN CLAY(CL)FILL/LEAN CLAY WITH SAND LEAN CLAY (CL)FILL. FAT CLAY 0 to 5 13 to 15 CLAYEY SAND AND Stiff to hard SANDY FAT CLAY(CH)/FAT CLAY WITH SAND LEAN TO FAT CLAY (CH)/FAT CLAY(CH),stiff to hard SANDY LEAN CLAY(CL) and hard CLAYEY SAND(SC). 13 to 15 15 WEATHERED Soft WEATHERED LIMESTONE. LIMESTONE Note: Boring Termination Depth=15 feet bgs. Swell Potential based on Atterberg Limits. Atterberg (plastic and liquid) limits were performed on 30 shallow soil samples obtained at depths between 0- and 10-feet bgs. The plasticity index of the samples was between 13 and 44 with an average of 29 indicating that the soils have a moderate to high potential for shrinking and swelling with changes in soil moisture content. Swell Tests. Swell tests were performed on selected clay soil samples. Swell test details are provided in Appendix C - Boring Logs and Laboratory Results. The results of the tests are summarized below. Boring Avg. Moisture Liquid Plasticity Applied Swell No. Depth Content,w, Limit,LL Index,PI Overburden (%) (ft.) % Stress(psi) B-01 3 12 47 30 2.6 6.95 B-05 3 20 59 37 2.6 2.19 B-06 5 11 41 25 4.7 2.31 B-08 5 11 44 28 4.7 1.26 B-09 3 11 38 23 2.6 0.48 B-10 1 10 28 14 0.8 0.60 B-12 5 11 51 32 4.7 3.46 B-13 3 12 68 44 2.6 5.29 B-16 5 18 -- — 4.7 2.00 B-17 3 18 64 42 2.6 3.90 B-20 3 10 51 31 2.6 3.14 B-21 1 14 49 30 L 0.8 4.91 Soil Chemical Analysis: Soluble sulfate tests (TEX-145-E) were performed for this project and the results are summarized below. G&AI Project No. 14-0261 Page 7 Boring No. Depth(feet,bgs) Sulfate Content(ppm) B-01 0-2 427 B-04 0-2 547 B-07 2-4 600 B-08 2-4 740 B-10 2-4 700 B-12 0-2 800 B-15 0-2 700 B-18 4-6 1313 B-19 4-6 1320 4.4 Groundwater Groundwater Levels. The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Boring No. Depth Groundwater Initially Groundwater Depth after 15 Minutes Encountered(feet,bgs) (feet,bgs) B-01 to B-21 Not Encountered Not Encountered Long-term Groundwater Monitoring. Long-term monitoring of groundwater conditions via piezometers was not performed during this investigation and was beyond the scope of this study. Long-term monitoring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the borings. Groundwater Fluctuations. Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The groundwater level should be expected to fluctuate throughout the years with variations in precipitation. 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Classification The seismic site classification is based on the 2012 International Building Code (IBC) and is a classification of the site based on the type of soils encountered at the site and their engineering properties. Per Table 20.3-1 of ASCE 7-10, the seismic site classification for this site is D. G&AI Project No. 14-0261 Page 8 5.2 Potential Vertical Soil Movements TOOT Method Tex-124-E. Potential Vertical Rise (PVR) calculations were performed in general accordance with the Texas Department of Transportation (TxDOT) Method Tex-124- E. The Tex-124-E method is empirical and is based on the Atterberg limits and moisture content of the subsurface soils. The calculated PVR is an empirical estimate of a soil's potential for swell based upon the soil's plasticity index, applied loading (due to structures or overburden), and antecedent moisture condition. The wetter a soil's antecedent moisture condition, the lower its calculated PVR will be for a given plasticity index and load. However, soil with a higher antecedent moisture content will be more susceptible to shrinkage due to drying. Maintaining a consistent moisture content in the soil is the key to minimizing both heave and shrinkage related structural problems. Calculated PVR using TOOT Method Tex-124-E. The PVR calculated using TOOT Method Tex-124-E is about 2.5-inches assuming a dry antecedent moisture condition. The calculated PVR is consistent with soil moisture conditions at the time this investigation was conducted. Calculated PVR using Swell Test Results. The PVR based on the swell test results is about 4- to 5-inches. The PVR based on swell test results is dependent on the moisture conditions at the time of testing. Soil Moisture Confirmation Prior to Construction. The calculated PVR can vary considerably with prolonged wet or dry periods. We recommend the moisture content for the upper 10 feet of soils within the paving be assessed for consistency with this report prior to construction if: (1) an extended period of time has elapsed between the performance of this investigation and construction of the pavement, or (2) unusually wet or dry weather is experienced between the performance of this investigation and construction of the pavement. 5.3 Soluble Sulfates Soluble sulfate testing (TEX-145-E) was performed for this project. Based on the results of laboratory testing, the soluble sulfate contents measured on the samples tested is considered relatively low. However, it should be noted that concentrations of soluble sulfates in soil are typically localized and concentrations in other areas of the site could vary significantly. G&AI Project No. 14-0261 Page 9 5.4 Construction Excavations Applicability. Recommendations in this section apply to short-term construction-related excavations for this project. Sloped Excavations. All sloped short-term construction excavations on-site should be designed in accordance with Occupational Safety and Health Administration (OSHA) excavation standards. Borings from this investigation indicated that the soils may be classified per OSHA regulations as Type B from the ground surface to a depth of 10-feet bgs for Segments 2 and 3 and Type C for Segment 1. Short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (H:V), to a depth of 10-feet bgs for Type B. Short-term construction excavations may be constructed with a maximum slope of 1.5:1, horizontal to vertical (H:V), to a depth of 10-feet bgs for Type C. If excavations are to be deeper than 10-feet, we should be contacted to evaluate the excavation. Recommendations provided herein are not valid for any long-term or permanent slopes on-site. Shored Excavations. As an alternative to sloped excavations, vertical short-term construction excavations may be used in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 65 pounds per cubic foot (pcf) above the groundwater table and 95 pcf below the groundwater table. Surcharge pressures at the ground surface due to dead and live loads should be added to the lateral earth pressures where they may occur. Lateral surcharge pressures should be assumed to act as a uniform pressure along the upper 10-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the excavation at a horizontal distance equal to or greater than the excavation depth may be ignored. We recommend that no more than 200-feet of unshored excavation should be open at any one time to prevent the possibility of failure and excessive ground movement to occur. We also recommend that unshored excavations do not remain open for a period of time longer than 24-hours. Limitations. Recommendations provided herein assume there are no nearby structures or other improvements which might be detrimentally affected by the construction excavation. Before proceeding, we should be contacted to evaluate construction excavations with the potential to affect nearby structures or other improvements. Excavation Monitoring. Excavations should be monitored to confirm site soil conditions consistent with those encountered in the borings drilled as part of this study. Discrepancies in soil conditions should be brought to the attention of G&AI for review and revision of recommendations, as appropriate. G&AI Project No. 14-0261 Page 10 5.5 Groundwater Control Groundwater was not encountered during the subsurface investigation. If groundwater is encountered during excavation, dewatering to bring the groundwater below the bottom of excavations may be required. Dewatering could consist of standard sump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effective. Supplemental dewatering could include submersible pumps in slotted casings, well points, or eductors. The contractor should submit a groundwater control plan, prepared by a licensed engineer experienced in that type of work. 5.6 Earthwork 5.6.1 Site Preparation In the area of improvements, all concrete, trees, stumps, brush, debris, septic tanks, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and properly disposed. All vegetation should be removed and the exposed surface should be scarified to an additional depth of at least 6 inches. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. 5.6.2 Proofroll Paving subgrades should be proofrolled with a fully loaded tandem axle dump truck or similar pneumatic-tire equipment to locate areas of loose subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to fill placement. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, moisture conditioned (dried or wetted, as needed) and compacted in place. 5.6.3 Grading and Drainage Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from any foundation should be provided. Ditches or swales should be provided to carry the run-off water both during and after construction. G&AI Project No. 14-0261 Page 11 S.6.4 Wet Weather/Soft Subgrade Soft and/or wet surface soils may be encountered during construction, especially following periods of wet weather. Wet or soft surface soils can present difficulties for compaction and other construction equipment. If specified compaction cannot be achieved due to soft or wet surface soils, one of the following corrective measures will be required: 1. Removal of the wet and/or soft soil and replacement with select fill, 2. Chemical treatment of the wet and/or soft soil to improve the subgrade stability, or 3. If allowed by the schedule, drying by natural means. Chemical treatment is usually the most effective way to improve soft and/or wet surface soils. G&AI should be contacted for additional recommendations if chemical treatment is planned due to wet and/or soft soils. 5.6.5 Fill General Fill. General fill may be placed within the roadway alignment. General fill should consist of material approved by the Geotechnical Engineer with a liquid limit less than 50. General fill should be placed in loose lifts not exceeding 8-inches and should be uniformly compacted to a minimum of 95 percent maximum dry density (per ASTM D-698) and within ±2 percent of the optimum moisture content. Fill Restrictions. General fill should consist of those materials meeting the requirements stated. General fill should not contain material greater than 4-inches in any direction, debris, vegetation, waste material, environmentally contaminated material, or any other unsuitable material. Unsuitable Materials. Materials considered unsuitable for use as select fill or general fill include low and high plasticity silt (ML and MH), silty clay (CL-ML), organic clay and silt (OH and OL) and highly organic soils such as peat (Pt). These soils may be used for site grading and restoration in unimproved areas as approved by the Geotechnical Engineer. Soil placed in unimproved areas should be placed in loose lifts not exceeding 10-inches and should be compacted to at least 92 percent maximum dry density (per ASTM D-698) and at a moisture content within ±4 percentage points of optimum. Cautionary Note. It is extremely important that fill placed within paving areas be properly characterized using one or more representative proctor samples. The use of a proctor sample which does not adequately represent the fill being placed can lead to erroneous compaction (moisture and density) results which can significantly increase the potential for swelling of the fill. G&AI Project No.14-0261 Page 12 5.6.6 Testing Required Testing and Inspections: Field compaction and classification tests should be performed by G&AI. Compaction tests should be performed in each lift of the compacted material. For the paving areas, the minimum frequency of testing shall be one test per lift for each 2,500 square feet of lift surface area, with a minimum of 2 tests per lift. Subsequent test locations shall be offset from the test locations in the previous lift. We recommend one test per lift per 150 linear feet of utility backfill, with a minimum of 2 tests per lift. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. Classification confirmation inspection/testing should be performed daily on fill materials (whether on-site or imported) to confirm consistency with the specifications. Liability Limitations: Since proper field inspection and testing are critical to the design recommendations provided herein, G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing is performed by another party. 5.7 Demolition Considerations General: Special care should be taken in the demolition and removal or existing utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. Existing Utilities: Existing utilities and bedding to be abandoned should be completely removed. Existing utilities and bedding may be abandoned in placed if they do not interfere with planned development. Utilities which are abandoned in place should be properly pressure-grouted to completely fill the utility. Backfill: Excavations resulting from the excavation of existing foundations and utilities should be backfilled in accordance with Section 5.6.5—Fill. 5.8 Loading on Buried Structures Uplift. Buried water-tight structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Soils with any appreciable silt or sand content will likely become saturated during periods of heavy rainfall and the effective static water level will be at the ground surface. For design purposes, we recommend the groundwater level be assumed at the ground surface. Resistance to uplift pressure is provided by soil skin friction and the dead weight of the structure. Skin friction should be G&AI Project No. 14-0261 Page 13 neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot(psf) may be used below a depth of 3 feet. Lateral Pressure. Lateral pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 95 pounds per cubic foot (pcf). This includes hydrostatic pressure but does not include surcharge loads. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads located a horizontal distance equal to or greater than the buried structure depth may be ignored. Vertical Pressure. Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 125 pcf. This does not include surcharge loads. The vertical load produced by a surcharge may be computed as 100 percent of the vertical surcharge pressure applied as a constant pressure over the full width of the buried structure. 5.9 Retaining Structures Applicability. Recommendations provided in this section are applicable to structures 5-feet or less in height. Retaining structures in excess of 5-feet should be brought to the attention of G&AI for a more detailed assessment. It is imperative that global stability be reviewed by G&AI on any retaining structure in excess of 5-feet in height. Lateral Pressure. Lateral pressures on retaining structures due to soil loading can be determined using an equivalent fluid weight of 65 pounds per cubic foot (pcf) if fill behind the wall is free-draining and above the groundwater table and 95 pcf if fill behind the wall is not free draining or is below the groundwater table. This does not include surcharge loads. This also assumes a horizontal ground surface behind the structure. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads set back behind the retaining structure at a horizontal distance equal to or greater than the structure height may be ignored. Lateral Resistance. Resistance to lateral loads may be provided by the soil adjacent to the structure. We recommend using an equivalent fluid weight of 100 pcf for lateral resistance (using a Factor of Safety of 3). An allowable coefficient of sliding friction of 0.23 (using a Factor of Safety of 2) between the retaining structure concrete footings and underlying soil may be combined with the passive lateral resistance. Bearing Capacity. Assuming a minimum embedment depth of 24-inches, an allowable bearing capacity of 2,000 psf may be used for retaining structure footings (using a Factor of Safety of 3). G&AI Project No. 14-0261 Page 14 5.10 Buried Pipe Applicability. Recommendations in this section are applicable to the design of buried piping placed by open cut methods associated with this project. Pressure on Buried Pipe. Design recommendations provided in the "Loading on Buried Structures"section of this report apply to buried piping. Thrust Restraints. Resistance to lateral forces at thrust blocks will be developed by friction developed along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.23 (using a Factor of Safety of 2) along the base of the thrust block. Passive resistance on the vertical face of the thrust block may be calculated using the allowable passive earth pressures presented below. Allowable Passive Earth Pressure by Material Type Material Allowable Passive Pressure(psf) Sand 100 x Depth in Feet Native Clay and Clayey Sand 2,000 Compacted Clay Fill 1,500 Note: Passive resistance should be neglected for any portion of the thrust block within 3 feet of the final site grade. The allowable passive resistance for native clays and clayey sand is based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. Bedding and Backfill. Pipe bedding and pipe-zone backfill for the water and sanitary sewer piping should be in accordance with TxDOT standard specification Item 400 or the local equivalent. The pipe-zone consists of all materials surrounding the pipe in the trench from six(6) inches below the pipe to 12 inches above the pipe. Trench Backfill. Excavated site soils will be utilized to backfill the trenches above the pipe-zone. Backfilled soil should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. Trench Settlement. Settlement of backfill should be anticipated. Even for properly compacted backfill, fills in excess of 8 to 10 feet are still subject to settlements over time of about 1 to 2 percent of the total fill thickness. This level of settlement can be significant for fills beneath streets. Therefore, close coordination and monitoring should be performed to reduce the potential for future movement. G&AI Project No. 14-0261 Page 15 5.11 Uncontrolled Fill Existing fill was observed at various boring locations along Segment 3 (South of Timberland Boulevard) during our subsurface investigation. We do not have any records available during the time of this report regarding the placement of fill (e.g. reports indicating moisture-density controls and lift thickness). If compaction records are not available indicating the fill placed is engineered fill, then it will be necessary to excavate all existing uncontrolled fill from the roadway alignment area and replace it with engineered fill prior to roadway construction. As an alternate, in-place density tests may be performed on the existing fill material to evaluate the compaction characteristics. If the existing fill material meets the specifications provided in Section 5.6.5 - Fill it is not necessary to excavate the existing fill and replace it with select fill. Our office may be contacted to provide services to evaluate the existing fill. 5.12 Existing Pond Backfill We understand the existing pond located at the western end of the roadway alignment along Segment 2 will be backfilled to permit roadway construction. The pond should be mucked and grubbed of any vegetation, debris, and/or soft, wet soils. The pond then may be backfilled in a stair step manner to prevent a slip surface in accordance with the general fill requirements provided in Section 5.6.5 above. 5.13 Pavement Recommendations for rigid and flexible pavement and preparation of the pavement subgrade are provided in the following sections. Pavement recommendations were developed utilizing the City of Fort Worth Pavement Design Manual (DRAFT), dated July 2012 and the 1993 AASHTO Pavement Design Manual. WinPAS computer program, distributed by the American Concrete Pavement Association (ACPA) was used for our analyses. The WinPAS program is a thickness design and life cycle costing tool for pavements based on AASHTO 1993 design guide. We understand from our conversations with the client that the street classification will be an Arterial. According to the City of Fort Worth Pavement Design Standards, Section 3.1, Design Traffic and design Life for Pavements, the Annual ESALs for an Arterial road is 300,000. Any unusual loading conditions should be brought to our attention prior to finalizing the pavement design so that we may assess and modify our recommendations as necessary. G&AI Project No. 14-0261 Page 16 Flexible asphaltic pavements, prone to subgrade soil-related shrinking and swelling, do not perform as well as rigid pavements. As a result, the lifespan of flexible asphaltic pavement can be reduced substantially when compared to rigid pavement. The need for increased maintenance of flexible asphaltic pavements should be considered prior to its selection. Still, the goal of this project assessment entails a flexible pavement section,thus we focus our assessment accordingly. 5.13.1 Design Parameters The following design parameters were assumed in the current analysis. The assumed values are based on the 1993 AASHTO Pavement Design Manual, the City of Fort Worth Pavement Design Manual and our experience with similar projects. Pavement Design Parameters Item Description/Value Street Classification Arterial Design Life 30 Years Growth Rate 2.5 percent per year Total Number of ESALS for Design Life(Rigid) 20,878,186 Total Number of ESALS for Design Life(Flexible) 13,132,985 Native Soils Lean Clay/Fat Clay Initial Serviceability 4.5(Concrete)and 4.2(Asphalt) Terminal Serviceability 2.5 Reliability 90% Layer Coefficient for Asphalt Type D 0.44 (Surface Course) Layer Coefficient for Asphalt Type B 0.41 (Base Course) Standard Deviation(Rigid) 0.39 Standard Deviation(Flexible) 0.45 Drainage Coefficient 1.00 Load Transfer Coefficient 3.0 Concrete Modulus of Elasticity 4,000,000 psi Concrete Modulus of Rupture 620 psi Composite Modulus of Subgrade Reaction(k)(Rigid) 250 psi/in Resilient Modulus, MR(Flexible) 4,500 psi Notes: 1. Our design assumes adequate drainage is provided to the subgrade soils. 2. For flexible pavement design we have assumed "m,= 1" for TxDOT Item 340, "Dense-Graded Hot- Mixed Asphalt",Type A or B base course and for TxDOT Item 247, "Crushed Stone Flexible Base", Type A,Grades 1 and 2 base course. G&AI Project No. 14-0261 Page 17 5.13.2 Rigid Pavement Portland cement concrete (PCC), minimum 28-day compressive strength of 4,000 pounds per square inch (psi) should be utilized for rigid pavement. Grade 60 reinforcing steel should be utilized in the transverse and longitudinal directions. G&AI recommends the following pavement thicknesses: Thickness Lime Stabilized Paving Use Minimum Reinforcing (inches) Subgrade (inches) Arterial 11 g No.4 bars spaced on 18-inch intervals in both directions Results of our analyses using the WinPAS software are provided in Appendix I — Pavement Design Calculations. 5.13.3 Flexible Pavement The following Hot Mix Asphalt (HMA) paving sections are recommended: Paving Use HMAC Type D HMAC Type B Lime Stabilized Subgrade Asphalt Thickness BASE (inches) (inches) (inches) Arterial 4 8 8 Asphaltic concrete pavement should comply with COFW Design Standards and TOOT Standard Specifications, Item 340, "Dense-Graded Hot-Mix Asphalt (Method)", Type A or B (Base Course) and Type D (Surface Course), or equivalent. Results of our analyses using the WinPAS software are provided in Appendix I — Pavement Design Calculations. 5.13.4 Reclaimed Asphalt Pavement Pulverization of pavement base materials is routinely carried out for rehabilitation of roads through full-depth reclamation (FDR) or Reclaimed Asphaltic Pavement (RAP). The primary stabilizers currently used are cement, lime, and fly ash. The optimum stabilizer content is currently determined either based on experience or through a series of laboratory tests that evaluates the strength, stiffness and durability of the base-stabilizer mix. For lab testing, base materials are retrieved from the site before pulverization. The change in gradation due to pulverization can significantly impact the base strength and stiffness. For this project, we recommend, however, the stabilization of the pulverized RAP with lime be in quantities determined at the time of construction. G&AI Project No. 14-0261 Page 18 Pulverized RAP should be temporarily stockpiled near the project site to enable effective preparation of the subgrade soils including proof rolling and lime stabilization. Pulver mixed RAP may then be placed and compacted in loose lifts not exceeding 8-inches in thickness. 5.13.5 Temporary Road Based on our conversation with the Client we understand it is desire to construct a temporary asphalt road. We understand the temporary pavement will be in place for approximately 1 year. For the purpose of this report we have assumed the temporary asphalt pavement will be subjected to 300,000 flexible ESALs (consistent with the COFW Pavement Design Manual). Speaking in terms of number of vehicles, 300,000 ESALs are equivalent to approximately 357 18-wheel trucks weighing approximately 80,000 pounds. Based on the assumed ESALs we recommend the following temporary asphalt pavement section: Paving Use HMAC Type D HMAC Type B Lime Stabilized Subgrade Asphalt Thickness BASE (inches) (inches) (inches) Temporary Road 2 3 8 If the above calculated ESALs are not consistent with the needs of the project (we were provided no pavement loading information), we should be contacted to provide pavement recommendations consistent with the specific project needs. Results of our analyses using the WinPAS software are provided in Appendix I — Pavement Design Calculations. 5.13.6 Pavement Subgrade Stabilization Lean clay and fat clay is expected to be encountered or exposed at pavement subgrade. The pavement subgrade should be prepared according to the COFW Pavement Design Standards Manual, dated 2005, Section 3, Subgrade Modification / Stabilization and the Special Technical Specifications, STS-003 Earthwork, Section 3.07. The pavement subgrade should be protected and maintained in a moist condition until the pavement is placed. We recommend the subgrade be stabilized using the following: Reagent Application Rate Application Depth (pounds per square yard) (inches) Lime 36 8 Lime stabilization should be performed in accordance with TOOT Standard Specifications, Item 260, "Lime Stabilized Subgrade", or local equivalent. G&AI Project No.14-0261 Page 19 In lieu of lime stabilization, consideration may be given to substituting a flexible base meeting TxDOT Item 247,Type A, Grades 1 or 2 on an equal basis. 6.0 GENERAL COMMENTS Data Assumptions. By necessity, geotechnical engineering design recommendations are based on a limited amount of information about subsurface conditions. In the analysis, the geotechnical engineer must assume subsurface conditions are similar to those encountered in the borings. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. Subsurface Anomalies. Anomalies in subsurface conditions are often revealed during construction. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. Change of Conditions. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we should be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Design Review. G&AI, Inc. should be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. Construction Materials Testing and Inspection. G&AI should be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables G&AI's geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer (G&AI) at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contact directly with the project geotechnical engineer. This G&AI Project No.14-0261 Page 20 results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. Report Recommendations are Preliminary. Until the recommended construction phase services are performed by G&AI, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non-expansive earth fill pads and other such subsurface-related recommendations should be considered as preliminary. Liability Limitation. G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing recommended herein is performed by another party. Warranty. This report has been prepared for the exclusive use of the Client and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. G&AI Project No. 14-0261 Page 21 e - „ a • IF e a - ..� g'r '^lJ �' P +��M � ` � I C. � may^` - ° ek L'4,��'d` • S O f s�' r n _ w 1 �U a w v • 9999_• .f..�+ . n '1 L P.f43 4'.i.f :L Ej sits. a is .A� s. .—•iii b�," r.:: ... � ... . .y J. - 3. . Y. Ai .Y .f LhTi�•+ p A. ATTACHMENT E a ;a 44 it CITY DF -� m ms`s d *, FORT WORTH. - f T vii a *mom Ow L 170 1 �- 9 26/ 1 !2f 6g iso � N 199 V491I rrrtake PROJECT LOCATION �t - 0 1000 i""t k"N Lahr WOW.. �+,• .... 26 fD - ` , GRAPHIC SCALE � r IN FEET _ _r , FOS,�{hF 1 .�1. BG Lha*zt8 .C'YlOL Ili"._ Lake f7wQP7 r •Creerlak `ti. ._ 360 TIMBERLAND BOULEVARD (FROM US 377 TO EXCELSIOR LANE) PARK VISTA BOULEVARD (FROM CAYLOR ROAD TO TIMBERLAND BOULEVARD) COUNCIL DISTRICT 7 MAPSCO 22 D & 23 A FORT WORTH Muurarcaw p� n + PiN Ila it w 66 t• a W a NTMa + L Q E o 17 Zz m 28 t.0 .� Ub Xcr- r La a Z t fa O. W LL! � w ui 91 +ppm w{� -}� •�- Q _ jut" 7C ! 1 a i E i, aJ > Q 1 r ee '3 C O 1 t rl m I � t O r, Ll *77 a� L yp ,c�Y 01>.1 E . i fw u; -MA $: '4-R M s TM _ ry IL 1s ,, o CA � ti:Iz, • CWT G W r d _ k VIA Cc o- Y 4K fU aj m co 4 e ry P i w, z Appendix C - Boring Logs and Laboratory Results Gorrondona and Associates BORING NUMBER B-01 11710 North Freeway,Suite 700,Houston,TX 77060 I PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth Texas DATE STARTED 9/8/14 COMPLETED 9/8114 _ GROUND ELEVATION HOLE SIZE CONTRACTOR 5li–AaRcrs GROUND WATER LEVELS: METHOD Contnuous F gi t a .__ _ INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encuintered NOTES END OF DAY — ATTERBERG W 3' z m N w o LIMITS W U �o �_ co w a z m� cg �� �. a� wm o wp oz� N > °w w �' z v �z p Ux Oo W O MATERIAL DESCRIPTION g F > >; Y $m c 'n p 3 0 F U w U p ap O_. m0 U O E d O in Oz � �� Pa � (, QZ W UZ O F U� U N �0 �J �J �Z w U) rr o o` p U o a z 0.0 LL SANDY LEAN CLAY(CL)/LEAN CLAY(CL)- Hard,dark brown,with iron nodules. ST 4.50+ 0.8 14 With roots to 6 feet. 2.5 ST 4.50+ 0.8 12 47 17 30 67 ST 4.50+ 0.8 11 a o ST 4.50+ 0.8 10.7 124 11 5.0 0 w ST 4.50+ 12 5 WTan and light brown,shaley,below 6 feet. a ST 4.50+ 11 a 0 a U 7.5 ST 4.50+ 13 36 15 21 90 a ° ° With slickensides below 8 feet. F (A z 2 ° ST 4.50+ 0.5 20 w 0 10.0 W J ° m 0 Z 5 W w F tQ 12.5 a S_S 54/4'. 10 w rr vu a f W F- a 15.0 Bottom of hole at 15,0 feet. Gorrondona and Assodates BORING NUMBER B-02 (- 11710 North Freeway,Suite 700,Houston,TX 77060 1] 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MubTech Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/8/14 COMPLETED 9/8114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG a z a� �, w o LIMITS w W W > y U >- cnw a Z a.0 m a wo 3z- �C, Q� mw ~Z F-Z U Z^ a 0 MATERIAL DESCRIPTION g U >O -J�¢ w N > a o, Z a u~j w F U W OU a w �� (L O- mO> x� �� E o N �� Ug F-p U O QZ W 0 O U� U `' Ix 2O M5 g5 Uz W U a a o U a a z 0.0 SANDY LEAN CLAY(CL)-Stiff to hard,dark brown,with iron nodules. ST 4.50+ 9 ST 4.50+ 10 29 12 17 54 2.5 ST 4.50+ 12 o ST 4.50+ 11 5.0 0 w ST 4.50+ 11 5 a W W ~ ST 4.50+ 11 40 15 25 54 a a 0 a U F- 7.5 a 6-12-10 SS (22) 8 Tan and reddish brown,shaley,below 8 feet. N H 2 W W ST 4.00 0.3 11 LU 0 10.0 LU J Q m Q Z 3 rr w m q 12.5 0 FAT CLAY(CH)-Hard,tan and brown,shaley. Uj LU 3 ST 4.50+ 16 a LU LU r a r1 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-03 { 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/8/14 COMPLETED 9/8/14 GROUND ELEVATION HOLE SIZE CONTRACTOR SVataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY L AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG a o Z a� y w o LIMITS w U �_ l4 W w w(L Z >Y3 rn n a aU co a wo OZJ ~y >y °r w z c�i �Z a Ux OZ. w„ O MATERIAL DESCRIPTION �g > >; Y v m v Q m c y g rn U w U p U QZ W_ mOZ UO O0 E2 U 0O Cy g mz w to of a a o U a a 2 0.0 SANDY LEAN CLAY(CL)-Very stiff to hard, light brown,reddish brown and tan,with iron nodules and calcareous nodules. ST 4.50 0.3 7 2.5 ST 4.50+ 13 57 0 5.0 ST 4.50+ 12 0 c� ui 5 a With gravel at 6 to 8 feet. a ST 4.50+ 0.4 12 a 0 a U 7.5 ST 4.50+ 0.8 10 a c� of With cemented sand seams below 8 feet. z SS 14-15-21 7 LU (36) W w N 0 10.0 W J Q Lfl 0 ¢Z J Uj w m f f0 q 12.5 0 w w w w SS 13-28-46 11 5 (74) a W W F- a Bottom of hole at 15.0 feet. -. Gorrondona and Associates BORING NUMBER B-04 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fart Worth,Texas DATE STARTED 9/8/14 COMPLETED 9/8/14 GROUND ELEVATION HOLE SIZE CONTRACTOR ShataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG W o z 4)c;:, N w a LIMITS w U > co W W W .>_ m rn a LL F �m a wo �z� �� ¢� mL m �� �z U Z^ a O MATERIAL DESCRIPTION W g U >G7 O ¢ w > °g m Z a w F v w W �J a� ~ �� m0> Y �` E m o urni —F =) co F 0 co (� QZ W UZ UO U� U N 2O d J �J �Z W m a a o U a g— z 0.0 1 a U- SANDY LEAN CLAY(CL)-Very stiff to hard, reddish brown and light brown,with iron nodules and calcareous nodules. ST 3.50 0.1 12 2.5 ST 4.50+ 8.4 120 11 0 5.0 ST 4.50+ 1.8 15 43 17 26 53 0 c� ui 5 a E w " ST 4.50+ 1.3 14 a r a 0 a U 7.5 ST 4.50+ 1.1 14 a c� o FAT CLAY(CH)-Hard,gray and reddish bra,^ shaley. r ST 4.50+ 16 56 20 36 97 W w 0 of 10.0 J 0 QI 5 W m 0 12.5 0 W W 5 ST 4.50+ 0.4 16 a W W r a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-05 G 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281469-3347;FW 817496-1424 Fax HOU 281469-3594;FW 817496-1768 CLIENT MubTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth Texas DATE STARTED 9/8/14 COMPLETED 9/8/14 GROUND ELEVATION __ _ _ HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger , INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY L(":, AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG W e z m N W a LIMITS W Y (nW a Z w2 cn D V ~ aiC c� CO a wo �: �� �� DZ z Q" O MATERIAL DESCRIPTION a j m 0= Y v V Q m a N Q rp H ~ H W OV a 2 w Uz vo v d IX 20 nZi gZ �z w cn o a ° o U ° a z 0.0 SANDY FAT CLAY(CH)-Very stiff to hard,dark brown and tan,with iron nodules. ST 4.50+ 0.3 10 With slickensides at 2 to 4 feet. 2.5 ST 4.00 1.3 20 59 22 37 65 With gravel at 4 to 6 feet _a 5.0 ST 4.50 1.3 19 0 c� ui a -- a ST 4.50+ 1.3 13 a 0 a U 7.5 ST 4.50+ 1.3 12 a c� of 0 w ST 4.50+ 1.3 15 z z w LEAN CLAY(CL)-Hard,light brown,shaley,with n cemented sand seams. ST 4.50+ 1.1 21 46 19 27 93 0 10.0 w 0 m a 3 a m g q 12.5 0 W co 1 SS W 5015" 12 a 3 a W W a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-06 11710 North Freeway,Suite 700,Houston,TX 77060 A 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/8/14 COMPLETED 9/8/14 GROUND ELEVATION _ HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG a a z kv �, W o LIMITS w v Ix tow a z 2 mQ 2 Lu �v ~ �+1` U �m 0_ Lu �Z- �C QC yL .� � HC 0Z U Z IL 0 MATERIAL DESCRIPTION g U >C7 _j 0 Q w > y rn z n w �_ H! U co(, W VO -QZ UZ N Oz O UW� a 2O � U) U o o a 0.0 SANDY LEAN CLAY(CL)-Hard,dark brown, with iron nodules. ST 4.50+ 1.3 15 2.5 ST 4,50+ 0.5 12 a ST 4.50+ 11 41 16 25 53 5.0 0 ST 4.50+ 0.8 10 S a F ¢ ST 4.50+ 0.8 12 CL U 7.5 'a O vi O F 2 4.50+ 1.0 14 0 w w 0 Cr 10.0 1 0 0 m a z z w m f m 12.5 0 w FAT CLAY(CH)-Hard,tan,shaley,with slickensides. a ST 4.50+ 0.8 20 W W a �f 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-07 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Wath,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MuItaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/8/14 COMPLETED 9/8/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD " 'nuous_FI' h! INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY AFTER 15 MIN. Not Encountered NOTES END OF DAY ATTERBERG a o z a� y w a LIMITS W U �W of (nLud z fn a of z 0-o m o wo �z-i �c QC &t "c o ~� �z U z^ o a 0 MATERIAL DESCRIPTION U >O 0 a w a > N T) C '� ` z " w x O o pvg-i o D ~ O� m0> Yv o �- E o w n rnF �� FQ �� O Qz W Uz Uo o.. v �o �� g� �z w U N o_ 0.0 LL SANDY LEAN CLAY(CL)-Hard,brawn. ST 4.50+ 0.4 11 SILTY SAND(SM)-Brown. ST 4 35 SANDY LEAN CLAY(CL)-Stiff to hard,brawn 2.5 and tan,with sand layers. ST 4.50+ 12 a o ST 4.50+ 5.2 102 11 5.0 0 Uj ST 4.50+ 10 5 a W With cemented sand seams below 6 feet. W a 10-11-14 9 o (25) a U 7.5 'a �i Reddish brown,below 8 feet. SS 18-18-18 9 N (36) z w f c� w 0 10-12-13 10.0 . SS (25) 9 38 15 23 68 LU J m az J W W m F m g 12.5 o W W W H 5 ST 4.50+ 1.3 10 a W w a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-08 (' 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF `a 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech Ino. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25114 COMPLETED 9/25/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG o- o w w >w N w o LIMITS w v �o rnw o Z �� °c'� m 0 WD 3Z� HC QC �r c4) ~C �Z U I— Z. a 0 MATERIAL DESCRIPTION g U >CJ 5¢ w Y > N o o, Z a w �_ p v W Ov a o O� m0> Y" �„ E 0 ��" ~ �2 mg F-p (� QZ W 0 O U65 U N W �O MJ �J U)Z w m o o a o U o- a z 0.0 ASPHALT PAVEMENT-1-inch asphalt pavement. o D: BASE-11-inch gravel base. SANDY LEAN CLAY(CL)-Hard,reddish brown, with sand pockets. ST 4.50+ 4 2.5 ST 4.50+ 14 a 0 5.0 ST 4.50+ 11 44 16 28 52 0 ui r- 5 w SANDY FAT CLAY(CH)-Stiff to hand,gray and a reddish brown,with sand seams. Q a ST 3.00 4.4 14 U 7.5 a ca ci 0 f- w F- z LU ST 4.50+ 20 LU 0 10.0 J 0 m Z Q J Uj w m H 0 12.5 a 0 W_ Shaley below 13 feet. w F- g ST 3.75 20 a �W 15.0 Bottom of hole at 15.0 feet. Gorrondonaand Associates BORING NUMBER B-09 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25/14 COMPLETED 9/25/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JMI CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATfERBERG a o z m w �, w a LIMITS W U � > _ fnW W w > rna �v H H.-. =C7 �Wm d Lu �Z_j HC' Q� 0(L z , c d ~� –)Z U C Z^ W a.O MATERIAL DESCRIPTION a j m o j Y v v $�' a N j a u~i ~ Lou 2 w 0 UO 09 U , �O �� z w U) a o- o v o- a 0.0 LL ASPHALT PAVEMENT-1-inch asphalt o a pavement. BASE-6-inch gravel base. CLAYEY SAND(SC)-Hard,reddish brown. ST 4.50+ 11 2.5 ST 4.50+ 11 38 15 23 38 0 5.0 ST 4.50+ 13 ❑ c� ui r g a W FAT CLAY(CH)-Stiff,light brown,shaley. r r 0 a ST 1.50 32 F- 7.5 'a c� m ° LEAN CLAY WITH SAND(CL)-Hard,tan, r shaley. r z LU ST 4.50+ 12 33 16 17 82 W w ❑ 10.0 . W J 0- ca ❑ Z Q J W W (D F- q 12.5 a W cow w r a LU LU U 20 a r 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-10 G 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE r 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281469-3347;FW 817496-1424 Fax HOU 281469-3594;FW 817496-1768 CLIENT MtdtaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 140261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25114 COMPLETED 9/25/14 GROUND ELEVATION HOLE SIZE CONTRACTOR Str r e GROUND WATER LEVELS: METHOD Gonbnuous RW gt4 a _w_._.._ _ __. ...__......................_..._ _ INITIALLY ENCOUNTERED Not Encountered LOGGED BY kro CHECKED BY L G AFTER 15 MIN. Not Encountered NOTES END OF DAY — rr ATTERBERG v ao' }_ co LU z rnn 5 Lu LIMITS w W W > tll F =C7 �m o wQ �z� �c Qc m� c m ~c LL Fz p U z a 0 MATERIAL DESCRIPTION g U >C7 O p¢ w > n rn z �' U w F U W O v p� �J ap 0of m0> x' o — E o eN' p" —� 5� ung �p kn (!� 2 W UZ O O V� U Eof �O - �J �Z W U) a a a p U o- a 0.0 ASPHALT PAVEMENT-1-inch asphalt o.fZ ci pavement. " o D: BASE-11-inch gravel base. CLAYEY SAND(SC)-Hard,reddish brown. ST 4.S;r- 10 28 14 14 33 2.5 I ST 4.50+ 10 0 5.0 ST 4.50+ 8 0 5 W SILTY SAND(SM)-Dense to very dense,tan, with day seams. a 16-17-21 SS 10 22 o (38) a U 7.5 'a t7 - 0 SS 1450/5" 11 w �__... __..... w w 0 10.0 J m 0 Z irir w w M_ r q 12.5 0 W_ SANDY FAT CLAY(CH)-Stiff,tan,with sand w seams. 3 SS �� 26 a w w F_ a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-11 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 - tr 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 * Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT Mu )ch,Inc PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25114 COMPLETED 9/25/14 GROUND ELEVATION HOLE SIZE CONTRACTOR SbBtaBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG a o z (D c;::, N W o LIMITS w U �o cnw w w >Y3 rnn ��- r F= c� m a w� �z� H� Q� Nt c m ~� �z U C Z^ Luig �O MATERIAL DESCRIPTION (L 0� m=O� Y" W v g m o 'w a �� �~ �� �w 0� 0 Qz w Uz vo 0 v a 0z � g �z wv U) a a o U a a z 0.0 oaa BASE-10 inch gravel base. o D: SANDY LEAN CLAY(CL)/LEAN CLAY WITH SAND(CL)-Stiff to hard,reddish brown and tan, with gravel. ST 4.50+ 16 2.5 ST 4.50+ 17 0 5.0 ST 4.50+ 5.3 123 9 44 18 26 80 F-- td ui 3 a W W 8-9-8 o SS (17) 9 a U 7.5 a O ri O z SS 10-18-20 16 W (38) W W U) 0 10.0 w D 0 O m z z 5 LU LU m d 12.5 0 W FAT CLAY(CH)-Stiff,brown,shaley. W 5 ST 2.25 16 57 23 34 98 a f W a 15.0 Bottom of hcle at 15.0 feet. Gorrondona and Associates BORING NUMBER B-12 11710 North Freeway,Suite 700,Houston,TX 77060 V 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281469-3347;FW 817496-1424 Fax HOU 281-469-3594;FW 817496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Teras DATE STARTED 9/24/14 COMPLETED 9/24/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD_Continuous Flight Auaer INITIALLY ENCOUNTERED _Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Nct(E=ncountered NOTES END OF DAY — ATTERBERG W o z m U, w a LIMITS W a =c7 Wm a. uj z� �� Q� mL c� ~� LrLr z U L Z^ a 0 MATERIAL DESCRIPTION g U >O ¢ w w > n m 5 Z a w U w OO a pv �w o Z ~ O� m0> Y` �" E m o m �" -� �� (72 �p Oz Qz w 0 vo 0-04) x MO �_j g5 �z w kn a o o U a a u- 0.0 SANDY LEAN CLAY(CL)-Hard,brown. ST 4.50+ 9 2.5 SANDY FAT CLAY(CH)-Hard,tan and gray. ST 4.50+ 13 a 0 5.0 ST 4.50+ 11 51 19 32 56 0 c� ui Q SANDY LEAN CLAY(CL)-Hard,tan. Q a ST 4.50+ 4.9 124 10 U 7.5 a O — m z 2 Uj k7 ST 4.50+ 13 36 17 19 52 LU N D ix 10.0 J 0- cc) z 2 3 Uj w m g 12.5 0 w rn LU crw M WEATHERED LIMESTONE-Soft,tan and gray. SS 50/3 8 w F a 15.9 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-13 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED._9/24/14 COMPLETED 9/24/14 _ GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY ATTERBERG a w w >y N W o LIMITS W U w } f- a z U,o m a EL H =0 �m a wo 3. f-c ¢c wt "C d ~C �Z U Z^ a a 0 MATERIAL DESCRIPTION 2 U >c7 O�< w > N o, = g z a w o w OV o ov �J aD ~ O� mO> Yv �v E d o N =)-a Oz �� fns f=o fn C7 Qz W 02 UO F- 0 U � �O �J SJ �Z w U) rr a a o U a a z 0.0 SANDY LEAN CLAY(CL)FILL-Hard,brawn. ST 4.50+ 10 SANDY FAT CLAY(CH)/FAT CLAY WITH 2.5 SAND(CH)-Hard,brawn. ST 4.50+ 12 68 24 44 71 a- 5.0 ST 4.50+ 13 0 c� w 5 a Li SANDY LEAN CLAY(CL)-Stiff to hard,tan,with a sand seams. a a ST 4.50+ 14 43 17 26 54 U 7.5 'a c� vi 0 z z W ST 3.25 16 W W N 10.0 W J 0 m z Z Q J LU W Q1 F q 12.5 0 W WEATHERED LIMESTONE-Soft,tan and gray, with day layers. Uj 3 a WCP 50(4.5-) 11 ~ 50(6-) a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-14 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/24/14 COMPLETED 9/24/14 GROUND ELEVATION HOLE SIZE CONTRACTOR SVataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY�J _ CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG W o z m^ .N w o LIMITS w U > _ (nW W W >y �n of H F- K a(7 won a wp �z� �c ¢� �� c a� 1=C �z U Z^ O MATERIAL DESCRIPTION g U >C7 Z)¢ W > N a m C 5 Z a Ln W o H U W OV o pv �J a� ~ O� mO> Y ofV E o Oz —H �� tn� F-p (n (� 2 W UZ UO 0 U � 2O J7J gJ U)Z W (n a a p 0 a g 0.0 SANDY LEAN CLAY(CL)FILL-Hard,brown and gray. ST 4.50+ 11 2.5 ST 4.50+ 13 47 17 30 67 CLAYEY SAND(SC)-Hard,light gray and brown. O 5.0 ST 4.50+ 12 0 ui 5 a SANDY FAT CLAY(CH)-Stiff,gray and tan. a a ST 2.25 1.8 105 20 U ' 7.5 a C7 of O N z ST 2.25 17 W U) 0 10.0 J 0- M 0 Z g w 0 12.5 0 w LoW W a f W ST 5 21 a [15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-15 j 11710 North Freeway,Suite 700,Houston,TX 77060 V PAGE 1 OF 9 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT AultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/24/14 COMPLETED 9/24/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auw INITIALLY ENCOUNTERED Not Encountered LOGGED BY °r CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY ATTERBERG Wa z d N w o LIMITS W W w >_ u, v W rnw a z �� ma D� z a~ a O MATERIAL DESCRIPTION W m U >G7 30 Z—' ~y >N ° w ` Z ~Z v x z0 pv gaJ a� ~ 0� m0> y 0 E m o N SA 0� �� cn� F=C, U) (7 2 W 0 O UN V N a �0 fJ �J �Z W v� a a a` o a a 2 0.0 SANDY LEAN CLAY(CL)FILL-Hard,brown, with gravel. ST 4.50+ 8 44 15 29 60 2.5 ST 4.50+ 11 a _o 5.0 o SANDY LEAN CLAY(CL)-Stiff to very stiff, ST 4.50+ 14 27 14 13 60 brawn and gray,with gravel and calcareous gnodules. a W W a a ST 4.50 4.5 117 16 L) 7.5 'a O ai O Z ST 3.00 19 W w Cn0 10.0 W J m z Z 5 W W 0 12.5 0 W- W N W 3 WEATHERED LIMESTONE-Soft,tan and gray. SS 50/4" 8 W W r a Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-16 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE OF 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MukaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth Texas DATE STARTED 9/24/14 COMPLETED 9/24/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG Lu o z m �, Lu o LIMITS w U cnw w W > ,n rna _ H a c� m o- Lu �z� �� ¢� U) c m ~� -Z U z^ a 0 MATERIAL DESCRIPTION -1 g 0 >Cl i ce¢ w w > N a°' c z a U)w A H U w C) J dD ~ 0� m0> Y 0� E O w _H �� �� f'C, lA c� Qz w Uz 0 v� v ) W- 20 o f gzi 0)z w U a. C) 0 o- a 2 0.0 U. SANDY LEAN CLAY(CL)/LEAN CLAY WITH SAND(CL)FILL-Hard,brown,with gravel. ST 4.50+ 12 2.5 ST 4.50+ 15 48 16 32 76 0 5.0 ST 4.50+ 18 o FAT CLAY WITH SAND(CH)-Stiff to hard, �? brown and gray,with gravel and calcareous gnodules. CL f W r a ST 2.25 23 U 7.5 'a O of O N H Z Uj f ST 2.75 22 57 19 38 81 0 0 10.0 W J GI 5 a w m 0 12.5 v - W- D W W H 0- a LULU ST 4.50+ 18 a 15.0 Bottom of hole at 15.0 feet. .= Gorrondona and Associates BORING NUMBER B-17 + 11710 North Freeway,Suite 700,Houston,TX 77060 a f� PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MuttaTech Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/24/14 COMPLETED 9/24/14 GROUND ELEVATION HOLE SIZE CONTRACTOR SVataBcreGROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG F- a e z u, �, W o LIMITS w W W > w F=-. =U' �pWp 0_ W❑ 3ZJ F-� ¢� NL N �—� �Z U Z a 0 MATERIAL DESCRIPTION g U >a � ¢ w r > N a m a z a w F- H� U W p �J aD ~ O� m0> Ye pv E m o w �� F- �� tng Fp U (� QZ W UZ O F- U- U N of 20 MJ �J W W W o a a` o U a a K 0.0 SANDY LEAN CLAY(CL)FILL-Hard,dark brown. ST 4.50+ 17 FAT CLAY WITH SAND(CH)/FAT CLAY(CH)- 2.5 Stiff to hard,gray and light brown,with calcareous nodules. ST 4.50+ 18 64 22 42 85 0 5.0 ST 3.50 19 r ❑ c� W F 5 a LU LU r a ST 3.50 23 U 7.5 'a c� m Shaley below 8 feet. z z W ST 3.75 19 W ❑ > 10.0 L9 D O m 2 Q J W W m F N 12.5 W D W W 5 a rW ST 4.50+ 20 a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-18 11710 North Freeway,Suite 700,Houston,TX 77060 A 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/24/14 COMPLETED 9/24/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrcaBore GROUND WATER LEVELS: METHOD Continuous Flight Auger _..._ INITIALLY ENCOUNTERED-Not Encountered LOGGED BY JC CHECKED BY LG _ AFTER 15 MIN. WA Encountered NOTES END OF DAY ATTERBERG a z m N w o LIMITS w �Lu �_ knw wa Z y3v mn LL H a (L Wm U Lu pZ—=' N jy m� w Zv HZ U �� W V �O MATERIAL DESCRIPTION a j �� m�j Y� �� o y 5 g 0W U) �p � (' 2 W UZ O - U� L) d 20 7i �J �z_ w kn Lu a a p U a a z 0.0 SANDY LEAN CLAY(CL)FILL-Hard,brown, with limestone fragments. ST 4.50+ 8 FAT CLAY WITH SAND(CH)/FAT CLAY(CH)- 2.5 Hard,gray and light brown,with gravel and calcareous nodules. ST 4.50+ 17 58 21 37 78 0 5.0 ST 4.50+ 16 0 ui 5 a f W a ST 4.50+ 14 U 7.5 a m Shaley below 8 feet. z z ST 4.50+ 4.2 112 19 W w 0 10.0 W J 0- ca Q z 5 W W m f r q 12.5 0 W_ WEATHERED LIMESTONE-Soft,gray and tan, with day seams. 25-35-40 SS 14 g (75) a LU LU r a Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-19 f 11710 North Freeway,Suite 700,Houston,TX 77060 ! MAGEI OF 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9124114 COMPLETED 9124114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG Lu a L a� U, W a LIMITS w U _ fA W W _> w rn o_ �" H aC7 m o- Lu OZJ >w °w w Z HZ U x ZOO W O MATERIAL DESCRIPTION a j H O m O> Y`" of` C o y Lo~ D 5 (n W QZ wv UZ O 0r UP 0! 2O �J :5_5 �Z w <n Q a o- o U o- a z 0.0 SANDY LEAN CLAY(CL)FILL-Hard,brown, with iron nodules. ST 4.50+ 15 SANDY FAT CLAY(CH)/FAT CLAY(CH)- 2.5 Hard,light brown and gray,with bentonite seams. ST 4.50+ 15 63 22 41 57 0 5.0 ST 4.50+ 10 r 0 0 ui g a W Shaley below 6 feet. W a a 0 ST 4.50+ 4.7 117 15 a U 7.5 a c� M 0 z z W ST 4.50+ 20 W W m 0 10.0 W J Q C1 0 Z Q J W W C1 f H q 12.5 a 0 W m LU W LUS a LU ST 4.50+ 21 a 15.0 Bottom of hole at 15.0 feet. Gmrondona and Associates BORING NUMBER B-20 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347:FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25/14 COMPLETED 9/25/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG a. o z a� �, Luo LIMITS w U as > _ tnw a z -n~ ma a z0 �°° a wo ~� yL ~ �z z Q_0 MATERIAL DESCRIPTION g U >O a ¢ w >y a m z a w U w F pv �J (L ~ O- MO> Y� �� E o N �" _~ �� (0 Hp Qz w Uz vo UN va 20 M� N tr a a U a a 0 ASPHALT PAVEMENT-1-inch asphalt pavemert. BASE-8-inch gravel base. ST 4.50+ 11 SANDY FAT CLAY(CH)-Hard,brown,with sand seams and gravel. ST 4.50+ 10 51 20 31 55 5 ST 4.50+ 12 FAT CLAY(CH)-Stiff to hard,tan and gray, shaley. ST 4.50+ 15 0 ST 4.50+ 15 58 21 37 94 w 10 5 0 U H Lij m ST 3.00 20 15 W W U) 0 J �° ST 3.75 18 0 5 20 x W � 7 N O W SHALE-Soft,gray. w ST .5flf 25 a Bottom of hole at 25.0 feet. W W r a U F Gorrondona and Associates BORING NUMBER B-21 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE f, OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25/14 COMPLETED 9/25/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBone GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY — ATTERBERG a o z d N w o LIMITS w tnw a z � 9 n 0� z F^ _� m d WD 3z� F� ¢� w= 'c a� ~� Dz U z^ o a 0 MATERIAL DESCRIPTION v >C7 ¢ w w > a rn Z a w F c�W O a pv �J (L ~ O� m0> Yv 0 E o N �` z �� cng Fp u1 2 w c�z 0 min v �0 M g� �z w N a o o v o a LL 0 ASPHALT PAVEMENT-1-inch asphalt a. pavement. BASE-11-inch gravel base. ST 4.00 14 49 19 30 63 SANDY LEAN CLAY(CL)-Very stiff,reddish brown,with gravel. SS 19-50/1" 3 SILTY SAND(SM)-Very dense,tan. SS 50/5" 4 5 SS 40-50/3" 6 SS 50/5" 5 10 umi5 a w H r a O a U SS 50/5" 3 'a C7 m 0 15 z w w m a c a SS 30-50/5" 2 0 m 0 z 20 i2 W m N 4 N LEAN CLAY(CL)-Tan and gray,shaley. W ST 18 W 25 5 Bottom of hole at 25.0 feet. Q.7 w Q. Q. U r ABSORP' ON SWELLTEST,(ASTM04S461 RESULTS Boring No. B-01 B-05 B-06 Average Sample Depth (ft) 3 3 5 Sample Height(in) 0.8 0.8 0.8 Sample Diameter(in) 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 Initial Sample Weight (gr) 138.3 130.3 133.6 Initial Moisture (%) 12 20 11 Final Moisture (%) 19 24 18 Initial Wet Unit Weight (pcf) 134 126 130 Initial Dry Unit Weight (pcf) 120 105 117 Applied Over Burden (psi) 2.6 2.6 4.7 Initial Dial Reading(in) 0.0164 0.0303 0.0040 Final Dial Reading(in) 0.0720 0.0478 0.0225 Swell (%) 6.95 2.19 2.31 Project No.: 14-0261 ABSORPTION SWELL TEST(ASTM D4546) RESULTS Boring No. B-08 B-09 B-10 B-12 B-13 B-16 Average Sample Depth (ft) 5 3 1 5 3 5 Sample Height(in) 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight(gr) 132.2 125.0 141.2 139.2 136.6 135.6 Initial Moisture (%) 11 11 10 11 12 18 Final Moisture (%) 18 19 13 18 20 22 Initial Wet Unit Weight(pcf) 128 121 137 135 132 131 Initial Dry Unit Weight(pcf) 115 110 125 122 118 112 Applied Over Burden (psi) 4.7 2.6 0.8 4.7 2.6 4.7 Initial Dial Reading(in) 0.0998 0.1080 0.0930 0.0521 0.1111 0.1079 Final Dial Reading(in) 0.1099 0.1118 0.0978 0.0798 0.1534 0.1239 Swell(%) 1.26 0.48 0.60 3.46 5.29 2.00 Project No.: 14-0261 ABSORPTION SWELL TEST(ASTM D4546)RESULTS Boring No. B-17 B-20 B-21 Average Sample Depth (ft) 3 3 1 Sample Height(in) 0.8 0.8 0.8 Sample Diameter(in) 2.5 2.5 2.5 Initial Sample Volume(cu in) 3.93 3.93 3.93 Initial Sample Weight(gr) 127.5 134.0 129.7 Initial Moisture 18 10 14 Final Moisture 27 18 22 Initial Wet Unit Weight(pcf) 124 130 126 Initial Dry Unit Weight(pcf) 105 118 111 Applied Over Burden(psi) 2.6 2.6 0.8 Initial Dial Reading(in) 0.0768 0.1184 0.1149 Final Dial Reading(in) 0.1080 0.1435 0.1542 Swell (%) 3.90 3.14 4.91 Project No.: 14-0261 UNCONFINED COMPRESSION TEST 20 510E15- 10-- E 0 U 5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 10.672 Undrained shear strength,tsf 5.336 Failure strain, % 2.0 Strain rate, %/min. 1.00 Water content, % 10.5 Wet density, pcf 137.1 Dry density, pcf 124.1 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.74 Specimen height, in. 5.75 Height/diameter ratio 2.10 Description: Brown,SANDY LEAN CLAY(CL). LL= PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/8/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-01 Depth: 4-5 ft. UNCONFINED COMPRESSION TEST Gorrondona&Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 10 7.5 vi N W j 5 N O- E O U 2.5-/ E, I I I ��,--H-,-H 0 0 1.5 3 4.5 6 Axial Strain, % Sample No. 1 Unconfined strength, tsf 8.404 Undrained shear strength, tsf 4.202 Failure strain, % 3.1 Strain rate, %/min. 1.00 Water content, % 10.9 Wet density, pcf 132.8 Dry density, pcf 119.7 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.69 Specimen height, in. 5.75 Height/diameter ratio 2.14 Description: Reddish brown,SANDY LEAN CLAY(CL). LL= I PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/8/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-04 Depth: 2-4 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 6 4.5- 4) .5j 3 .y y N L CL E 0 U 1.5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 5.200 Undrained shear strength, tsf 2.600 Failure strain, % 2.0 Strain rate, %/min. 1.00 Water content, % 10.9 Wet density, pcf 112.9 Dry density, pcf 101.9 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.75 Specimen height, in. 6.07 Height/diameter ratio 2.21 Description: Light brown,SANDY LEAN CLAY(CL). LL= I PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/8/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-07 Depth: 4-5 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 ui U) N W j 3 .N a O U 1.5 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.416 Undrained shear strength, tsf 2.208 Failure strain, % 4.6 Strain rate, %/min. 1.00 Water content, % 14.0 Wet density, pcf N/A Dry density, pcf N/A Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.76 Specimen height, in. 5.75 Height/diameter ratio 2.08 Description: Reddish brown,SANDY FAT CLAY(CH). LL= I PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/25/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-08 Depth: 6-8 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 6 4.5- 3-- E .53E 0 U 1.5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 5.291 Undrained shear strength,tsf 2.645 Failure strain, % 2.1 Strain rate, %/min. 1.00 Water content, % 9.3 Wet density, pcf 134.3 Dry density, pcf 122.8 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.77 Specimen height, in. 5.75 Height/diameter ratio 2.08 Description: Light brown,LEAN CLAY WITH SAND(CL). LL=45 1 PL= 18 PI =27 I Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client:MultaTech,Inc. Date Sampled: 9/25/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-11 Depth: 4-6 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 w y ui y N 3 y N o. E 0 U 1.5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.899 Undrained shear strength, tsf 2.450 Failure strain, % 2.5 Strain rate, %/min. 1.00 Water content, % 10.3 Wet density, pcf 136.4 Dry density, pcf 123.7 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.70 Specimen height, in. 5.71 Height/diameter ratio 2.11 Description: Light brown,SANDY LEAN CLAY(CL). LL= PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-12 Depth: 6-8 ft. _ UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 2 1.5 w N vi N N > 1 Z CL E O U 0.5 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.836 Undrained shear_strength, tsf 0.918 Failure strain, % 5.5 Strain rate, %/min. 1.00 Water content, % 19.7 Wet density, pcf 126.1 Dry density, pcf 105.4 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.75 Specimen height, in. 5.79 Height/diameter ratio 2.11 Description: Dark brown,SANDY FAT CLAY(CH). LL= I PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client:MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-14 Depth: 6-8 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 2 Eli N N 3 .y N N Q O U 1.5 0 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.513 Undrained shear strength, tsf 2.256 Failure strain, % 10.6 Strain rate, %/min. 1.00 Water content, % 15.5 Wet density, pcf 134.8 Dry density, pcf 116.8 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.75 Specimen height, in. 5.83 Height/diameter ratio 2.12 Description: Dark brown,SANDY LEAN CLAY(CL). LL= I PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-15 Depth: 6-8 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 ui N U > 3 .F N Q- E E O U 1.5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.201 Undrained shear strength,tsf 2_.101 Failure strain, % 2.5 Strain rate, %/min. 1.00 Water content, % 18.7 Wet density, pcf 133.0 Dry density, pcf 112.1 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.75 Specimen height, in. 5.81 Height/diameter ratio 1 2.11 Description: Light brown,FAT CLAY WITH SAND(CH). LL= PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-18 Depth: 8-10 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 y ui N N 3 N Q- E E O U 1.5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.672 Undrained shear strength, tsf 2.336 Failure strain, % 3.0 Strain rate, %/min. 1.00 Water content, % 14.8 Wet density, pcf 134.3 Dry density, pcf 117.0 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.75 Specimen height, in. 5.79 Height/diameter ratio 2.11 Description: Tan and gray,SANDY FAT CLAY(CH). LL= I PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-19 Depth. 6-8 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston. Texas Appendix D - Aerial Photographs w 3 t A ate, # (T7 - r Y ~ • .:t''� , V`ter., - Mt Jf n a a V Vo-h �f� { � .. � � R r • ;i. CO crlrr � f `oma 150 c a a; -�x �•ycr? i E + i f • w y • AA, _ C v W Aja .. -, I � _.� \, �� ' � ,r, r ..;'►'� � cC.Y ��._ 7- . 46 _ nil A - >Z i i "r• �. °�.. ,-sr yA.r.-• nr',"- at �� 4"ot s p� i� Moi QI � m � �� � .„ •I! �, kay�r:3r�e' i � Leal�•ra,i � 'f -'~ - i ��L14 ea` a �, .� •fey►'� a'� ,. _ .K' /` ,+# t �&i'� ��?� � T iia': - ��` 7:.•P-'� e�J{•.� ar• .f,t • • vf.- �• Wkir • IA lAof 141. jK Am ''-�.._.'-�-`"�� ,._:._,�y�.__•--- -.__--,....---.....�...._.. � � � -µ8-,ofd � � ��o ; .JYi� .cam .�-. �!•�", �. •t § _ � �:� � ��� Rs '�� - •�iF� # cr.��s�T.�,. � 1. 'wy,�"�� '• 4 r x "-y,� a' ,off�. t. • • All YY,m•' -rw".`�.f i 9 R Et j ,� +Ss .4 F .; �,,�,� X {�� �,�' T .. VU i Ln 75 .� _ 41 14 m a �rai uj j 40y" r14 o +4 'h w. ■ ........ .. p.. a.. •_ + .. t 1 � j r i • �o w �M �i ¢ „� � �, • ter..t e � � - y ^ r • y Y.{ylBy�j• . L t 47 ILI "- .. s Sri aAc a ,IIF '• � ,/r CV a a ; _ � I df w� �., •�. � -tl +' chi $ � G u a � vyi s v •.� -a � �FAPG6Mardeuu-meq ....� _ v•an _.. G�. - ( �� tkPur�dVt-*U!! a.. iw i 4 m, 4 it ,."Mow d� fEt 6r�a' � 1 IC'b o o # s x i/■ ' y w�' VV r • NC'!alA�, 14 a WA wa ? ( [ _ '•��otsje:H� � �y..� .sem'; . y :tFt-Fro!&U,u„r allln.i4euuu_4 l jY'u'vmM Ln • i v Appendix E - USGS Topographic Map f ✓r • 1 1 f 17 jo Ln CL cu I Sola L Ln j i' ?rte_ • ��:. • !i ca aim ` 8 Lw Amb Rd.+ �o,Ymaei $ � II� Ef OL d t r ' N 9ao ca m m c c •� ` O m ca m � v w z 3 c c ' K u M (A N c Q3 Y E M > CL a � a m E C7 41 0 a 3 GJ = 0 CL a ui E O cc O p7 O mer ,� •." m c ` C J m CO m y.I Y, "'rTfV,1,p Y WW j d0 .r c u .1 r-1 lD N O O Z u v �O L Appendix G - Geologic Information Iown I (-� I -M cawm MIN IM .nom �v % ;"m � o N N 90V�� Y E gTR m E -17 d O M MA UI L w > w N �► E o co maI a V 0 a � z u L Mineral Resources On-Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Grayson Marl and Main Street Limestone, undivided Grayson Marl and Main Street Limestone, undivided State Texas Name Grayson Marl and Main Street Limestone, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous-Early Cretaceous- Late Original map label Kgm Comments Grayson Marl mostly marl, It greenish-gray to med. gray, near top some thin interbeds of limest., nodular, sl. sandy, gray, fossiliferous; weathers grayish-yellow; thickness 15-60 ft. Main Street Limestone, thick Is beds, coarse grained, hard, interbedded with thin marl beds; yell-gray, white, brown; thikcness 10-20 ft. Primary rock type mudstone Secondary rock type limestone Other rock types Lithologic constituents Major Sedimentary > Carbonate > Limestone (Estuarine) Sedimentary > Carbonate > Maristone (Estuarine) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1967, Sherman Sheet, Geologic Atlas of Texas: University of Texas at Austin, Bureau of Economic Geology, scale 1:250,000. Geographic coverage Bell - Bosque - Cooke - Coryell - Denton - Grayson - Hill -- Johnson - McLennan - Tarrant Show this information as [XML] - []SON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKgm;0 Page Contact Information: Peter Schweitzer J , J J J Mineral Resources On-Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Woodbine Formation Woodbine Formation State Texas Name Woodbine Formation Geologic age Phanerozoic I Mesozoic I Cretaceous-Late [Gulfian] Original map label Kwb comments NE Texas. Texarkana Sheet (1966) Woodbine Formation--various interlensing sequence of nonmarine, brackish-water, and marine beds of sand, clay, sandstone, and shale 350-600 ft thick. Woodbine fossils include ammonites, gastropods, pelecypods, brachiopods, and foraminifers. Contains volcanic sand and tuff, coarse grained, crossbedded, dk green and olive green; fossil plants and a few marine megafossils; thickness 500 ft, thins eastward. Primary rock type shale Secondary rock type sand Other rock types clay or mud; limestone; coal; tuff Lithologic constituents Major Sedimentary > Clastic > Mixed-clastic > Sandstone- Mudstone (Tuffaceous) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1966, Texarkana Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Geographic coverage Cooke - Denton - Fannin - Grayson - Hill - Johnson - Lamar - McLennan - Tarrant Show this information as [XML] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKwb;O Page Contact Information: Peter Schweitzer Appendix H - Unified Soil Classification System UNIFIED SOIL CLASSIFICATION SYSTEM UNFIED SOL CLASSFICATION AND SYMBOL CHART LABORATORY CLASSFICATION CRffER$A M ;'v"m tm!km cl;'m o a argw-Im NQ'2QJ-.e.•o C'-am Cranes+Lmm tian m skrm D 17 Rlded •. �, tMo•.g fa•� d Gm = b Q..eartarn#C„- airtem�awf a GRAVELS .i• arna tQ Dtfb'�ib Maelian5ft fo Pmd>pgaadrd gmv^gre+rtaaid d a mm amdWe,i o orna inm GP Nat martig aY g►ed•ta><r ra qutaamem for GW }a�mCoger txar..ds w1ti Kn'iM n 1 Ck ham.. loo ffa.t --------.. -.- ■aasme , Silygsvara gnry rrltYma3+as aP�ikn& '� Abmm%lkmv&hPleasaesi 4 m0 7 am bmift im mos GC GC I7eprYg�vaie,grewt�adrtay A�omeyimtamra7A` aes#iiegs�alitratryalttts -tic ran RL gmmw Man 7 C:!ow&di;:m1.,'rm gni x'133 Sw Wsagmded Mrs*,gmfrlp rands. SW C4= n® gr.aatraes 4.C.=V bap 1 mq 1 Mae ono iris !B 10 SANDS W%or m m Sp salda,gray sasdt damso Ira amInm SP NdmestngsoFad•itmrsptaessmfor aw 4sm,am as d�vw�h z ras an Yro 1 1 israa` %m r f1a �b sxa k SM Mymndk mndaCr uhms sm �"p nli61an ii*A LWW�gPnrhdadmm Cr rM1 PI bdavmm t and 7 am - -- - llmdake umm m umv sae SC �Y mrs*maioy modlrm SC Me Wm .sora off v 1►' d dud wplalL Me vvf11 Pi Ela aia t1a11 FW&G tAINED SOLS ;YJ' or^rera��^ro9�•::.�a[o�sian ll�.2C10 sw+e�xo l Doww" rsAM"m d'molaw ouva momm"s CPA Dipmav an pa=mwpa arsma pumn momw eenaln 2w aswu atsl. knRp'ic Sits aid vv,*4.'q sands-msar. oohs a�Naaat�ld mAouvra >I�ttf ML fax.sityo±caf'ati imza-ctsarc unsemnsD/a1 .........».«.«...... ..ciw OP81K&a situ wm&'q#%a4 uci-r bra Qin 12 pWQM...............................G4 M.SM SC AND !ib 1lpeo�t_...»......«.«'caaarint aaas a4+ 0�gift.* CLNrS trnlfpmftcbVsdlorlamrdam i;tid nett CL WAOCRX gW#v4 duIR acedy dsk- Win sun dWdWs,knedw+ PLASTICITYCHART OL 0marla S&andGigoft ofur e d gn km otnid<y tvsgrncsf� mcamxaa� � so MM dao-nrocaar•lossrtya'rarvaals 04 AND 1 4� ftlL7ft oasac stn � � H,ritt- CL.AYS CN ioorgertccAysdla�lp�lcf%4s! ; :� MbISUN eft cays Q gam. OM Ogmrtc dmpd medism b l%ft 10 r#1La�riaaalts A&ACL MGoLY r 00 I J DJ !] 47 6U /C) 3u w 1 bJ ORGANIC PT Pmiandcellartayay sols Lam LOW 4%) SOILS TERMS DESCRIBING SOIL.CONSISTENCY Fine Grained Sods Coarse Grained Sals Penetrometer Penetratan Resistance Descriapon Reading(tsfl tblw� Descxigbon ReWfive tensity Salt 0.0 to 1.0 0 t0 4 Very Loose 000 2096 Firm 1.0 to 1.5 400 10 Loose 20040% Stiff 1.5 to 3.0 10 t0 30 Medwn Dense 40 to 70% Very Still` 3.0 to 4.5 30 to 50 Dense 70 io 60% Hard 4.5+ Over S0 Very Dense 601n 100% WinPAS 12 Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association ESAL Data by Vehicle Type Project Name: Timberland Boulevard Pavement Design Route: Segment I, 11 &III Location: Fort Worth,Texas Owner/Agency: Design Engineer: Traffic Factor Traffic Input by Estimated Rigid Thickness 11.00 inchesDesign Lane Estimated Structural Number 6.0 Design Lane Distribution 100.00 percent Terminal Serviceability 2.5 Directional Distribution 50.00 percent Designs Liffe 30 years Annual Growth Rate 2.50 percent Traffic Input by, Day Vehicle Axle Load Axle Type Number Vehicle Axle Load Axle Type Number 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0 0.00 Single 0 0.00 Single ® 16.00 Single 0.00 Single �=�06'i 32.00 Tandem 0.00 Single 0 32.00 Tandem 360 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0 0.00 Single ® 0.00 Single 0.00 Single 0 Total Rigid ESALs 20,878,186 Total Flexible ESALs 13,132,985 Thursday, November 13,2014 1:48:06PM Engineer: Vivekananda"Vivek"Chikyala, P.E. WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Timberland Boulevard Pavement Design Route: Segment I,II &III Location: Fort Worth,Texas Owner/Agency: Design Engineer: Rigid Pavement Design/Evaluation Concrete Thickness 11.06 inches Load Transfer Coefficient 3.00 Total Rigid ESALs 20,467,252 Modulus of Subgrade Reaction 250 psi/in. Reliability 90.00 percent Drainage Coefficient 1.00 Overall Standard Deviation 0.39 Initial Serviceability 4.50 Flexural Strength 620 psi Terminal Serviceability 2.50 Modulus of Elasticity 4,000,000 psi Modulus of Subarade Reaction(k-value)Determination Resilient Modulus of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 1 Depth to Rigid Foundation 0.00 Loss of Support Value(0,1,2,3) 0.0 Modulus of Subgrade Reaction 250 psi/in. Thursday, November 13,2014 1:47:45PM Engineer: Vivekananda"Vivek"Chikyala, P.E. WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Project Name: Timberland Boulevard Pavement Design Route: Segment I, II&III Location: Fort Worth,Texas Owner/Agency: Design Engineer: Flexible Pavement DesignlEvaluation Structural Number 6.06 Subgrade Resilient Modulus 4,500,00 psi Total Flexible ESALs 13,132,985 Initial Serviceabilitv 4.20 Reliability 90.00 percent Terminal Serviceability 2.80 Overall Standard Deviation 0.45 Layer Pavement DesignlEvaluation Layer Layer Drainage Layer Layer Material Coefficient Coefficient Thickness SN Asphalt Cement Concrete 0.44 1.00 4.00 1.76 Asphalt Treated Agg. Base 0.41 1.00 8.00 3.28 Chemical Stabilized Subgrade 0.15 1.00 8.00 1.20 rSNI6.24 Thursday, November 13, 2014 1:47:03PM Engineer:Vivekananda"Vivek"Chikyala, P.E. WinPAS 12 Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association ESAL Data by Vehicle Type Project Name: Timberland Boulevard Pavement Design Route: Temporary Road Location: Fort Worth,Texas Owner/Agency: Design Engineer: Traffic Factor Traffic input by Estimated Rigid Thickness 6.00 inches Design Lane Estimated Structural Number 3.5 Design Lane Distribution 100.00 percent Terminal Serviceability 2.0 Directional Distribution 50.00 percent Design.Life 1 years Annual Growth Rate 0.00 percent Traffic Input by Day Vehicle Axle Load Axle Type Number Vehicle Axle Load Axle Type Number 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0 0.00 Single 16.00 Single 0.00 Single 32.00 Tandem 0.00 Single 32.00 Tandem 357 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0.00 Single L 0.00 Single ® 0.00 Single 0.00 Single 0 Total Rigid ESALs 465,040 Total Flexible ESALs 300,557 Thursday, November 13,2014 2:00:17PM Engineer: Vivekananda"Vivek"Chikyala, P.E. WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Project Name: Timberland Boulevard Pavement Design Route: Temporary Road Location: Fort Worth, Texas Owner/Agency: Design Engineer: Flexible Pavement Design/Evaluation Structural Number 3.19 Subgrade Resilient Modulus 4.500.00 psi Total Flexible ESALs 300,557 Initial,Serviceability 4.20 Reliability 85.00 percent Terminal Serviceability 2.00 Overall Standard Deviation 0.45 Layer Pavement Design/Evaluation Layer Layer Drainage Layer Layer Material Coefficient Coefficient Thickness SN Asphalt Cement Concrete 0.44 1.00 2.00 0.88 Asphalt Treated Agg. Base 0.41 1.00 3.00 1.23 Chemical Stabilized Subgrade 0.15 1.00 8.00 1.20 ESNI 3.31 Thursday, November 13,2014 2:07:11PM Engineer:Vivekananda"Vivek"Chikyala, P.E. THIS PAGE INTENTIONALY LEFT BLANK GC-4.04 Underground Facilities NONE CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 GC-4.06 Hazardous Environmental Condition at Site NONE CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK GC-6.06.1) City of Fort Worth Best Value Utilization Form CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 2 b cm _ LLCD CM 0 \ � 7 CL 7 2 (D to & © w k ] m o = 7 f f � � � C , LU 6 @ 0 e E c z = m 9 R % 0 « _ ■ 0 « § k 0 @ 2 LL 0 Eu t E 41) Z elE e � � o &� LliA 2 S £ LU § � § c f (L2 « % � qj k k k \ ci U. o « % _j 0 CO 2 u R � § \ /_ LU D ' 0- z k W k (a § ® ° � 2 § _j � � \ > .2 LUk 0ccf iP U) LU \ 2 W Eo � z co LU � S /k cn .a) / CLAD 2 k o E 2 U k o U. o 0 2 £ LL CLLL ch — % \ z IL « � = 5 w a � \ o V 2 z k / § w /B $§ ƒ u S q 2 f_ z o cn 3 o ƒ o z « _ IL X § k k ( k k k ( k / § a i m >1 § a > q a § a § � f u u « a . LL LcmE! c . LL c . � c LU w « e , . u 0 e , . u . - w w z e � e am a 2 2 = a a e ° = v ° ■ o o z ul E m o c oo o / E o j \ o o 2 k k o o 2 k \ § 2 cl ku u « a w a # o % « w o u « a w u GC-6.07 Wage Rates CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 THIS PAGE INTENTIONALY LEFT BLANK GC-6.09 Permits and Utilities NONE CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK GC-6.24 Nondiscrimination NONE CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK GR-01 60 00 Product Requirements CITY OF FORT WORTH Timberland Boulevard,Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec No. Classsification Manufacturer Model No. National Spec Size — WASTEWATER Manhole Inserts • EI-l4 Manhok Inaw Knutson Enwrp—s Mede to Order-Plastic ASTM D 1248 For 24"die • E1-14 Meabob boat South Western Packaging Made to Onda-Phalle ASTM D 1248 For 24"dia. E1-14 Manhole bleat Nonow-Inflow Made to Orda-Plastic ASTM D 1248 For 24"die. 09/23196 EI-14Manhole Insert Southwatan Packing&Seals,Inc. Lifesava-Stainkm Steel For 24"die 0923196 El-14 Manhole Iosat Southwmteta Packing&Seals.Inc. Tethal ok-Sninlras Stal For 24"di. Manholes&Bases/Frames&Covers/Rectangular Manhole Flames and Coves Westar Iron Wako,Bass&Hays Foundry 1001 24"x40"WD Manhole Frame am Covera Vulcan Foundry 6780 24'x40"WD Manholes&Bases/Frames&Covers/Standard(Round EI-14 Manhole Fnmea and Coves Western Iron Works,Bess&Hays Foundry 30024 24"Die. EI-14 Manhole Frames and Coves McKinley boa Woks Inc. A 24 AM 24"Dia. EI-14 Manhole Fames and Covers Neenah Ca' 24"Dia. E1-14 Manhole Frames and Covera Vulcan Foundry 1342 ASTM A 48 24"Dia. E1-14 Manhole Fn and Covers Sig.,C 'on MH-144N E1-14 Manhole Fames and Covers Si con—On MH-143N EI44 Manhole Frame and Covera Pool-A-Mousson GTS-STD 24"dia EI-14 Manhole Fnmeand Coves Neauh C.ft 24"die. 725/03 EI-14 IManhole Frames and Covers Saint-Gobain Pi (Pammx/mm) RE32-R8FS 30"Dia. 0!131/06 EI-14 30"DI MH Ring and Cover Erin Jordan Iron Works V 1432-2 and V 1483 Desi ns AASHTO M306-04 30"Dia. 11/02/10 EI-14 30'DI MH R" and Cover Si Co 'on MH1651FWN&MH16502 30"Din 07/19/11 EI-14 30"DI MH Ring and Cover Stu Pipc Products MH32FTWSS-DC 30"Dia 08/10/11 EI-10. 30"DI MH Ring and Cover A z ast 220700 Heavy Duty with Gasket king 30"Dia Manholes&B es&Covers/Water Tieht&Pressure Ti ht E1-14 Manbok Fume and Covera Pont-A-Mcussca Punt 24"Du. EI-14 Manhole Frame and Coves Nmnah Casting 24'Du. EI-14 Manhole Fames and Covers Vulcan FouDdry 2342 ASTM A 48 24"Din. EI-14 Manhole Frame aM Covera Westar Iron Woks,Bass&Hays Foundy 300-24P 24"Dia. EI44 Manhole Fames and Coves McKinley Iron Woks bre. WPA24AM 24"Di.. 03/08100 E1-14 Manhole Fume and CovensAccucaat RC-2100 ASTM A 48 24"Dia. 0420191 EI-14 Maobok Fame and Covers lodnstrie Private LAd. 300-24-23.75 Ring and Cova ASTM A 48 24'Din. Manholes&Bases/New/Components 0723/97 Urdhaee HydMhffic Wamtop Auhi Kogyo KK Ade"URnSeI P-201 ASTM D2240ID412/D792 042600 Offset Joint for 4'Diem MH Harron Concede Products Drawing No.35-0048-001 04/2600 Prone Gasket for 4-Diem MH. Press-Seal Gaaka Corp. 250.46 Gaskd ASTM C443/C-361 SS MH 12699 HDPE Manhole ad'uatmra Ring ladtech,Inc HDPE Ad'ustmmt RingNon-tnBic area 5/13/05 Manhole External Wmp Can--CPS WrapidSeal Manhole Enna sulationS stem Manholes&Bases/New/Precast Concrete E144 Manhole Pro l Comma Hydro Conduit Corp SPL(tem 049 ASTM C 478 48" EI.-14 Mande,Pnenst Concrete Wag Concrete Pipe Co.Inc. ASTM C-443 48" EI-14 Manhole Pr l Coo—te Hanson(fbamiy Gifford-EBB) ASTM C 478 48" 04261)0 E-14 MH,Singk Offad Sed Joint Hanson Typ,F Dg 35-0048-001 ASTM C 478 48"Diem MH 0923196 EI-14 Manhole P—aat Cooade Concrete Pnudua bac. 48"ID.Manhole w132'Cone ASTM C 478 48"w/32"- 08/30/06 8'w/32"erre08/30/06 EI-14 Manhole,Recast Concrete 11e Turner Con an 48"I.D.Maohok w/24"Cow ASTM C 478 48" 10/27/06 EI-14 Manhole,Precast Concrete Oldcastk Precast Inc. 48"I.D.Manhok W 24"Cone ASTM C 478 48"Diam w 24"Rin 06/09/10 EI-14 Manhole,Precast Reinforce Pot )Concrete US Compmite Pipe Reinforced Pol Concrete ASTM C-76 48"t.72" Manholes&Bases/New/Fiber ass 126199 Fi nsa Manhole Fluid Containment,Inc. Flowtite ASTM 3753 Non-traffic arra 08/30/06 Fiber ass Manhole L.F.Mmufwturin Noatmffm area Manholes&Bases/Rehab Systems/Cementitious EI-14 Manhole Rehab Systoms Quadex 04/23/01 E1-14 Manhole Rehab S terns Standard Cement Materials,Inc. Relines MSP EI-14 Manhole Rebut Syswns AP/M Pamdfom 420101 EI-14 Manhole Rehab System S Seal S S Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab SysWm PoI-tri lex TwJuxAogia MH mpw product to stop infltration ASTM D5813 08/30/06 Genaal Concrete Rcpair RepairFkxKrete Tahnolo ies Vin)l Pol eller Re air Product Mise.Use Manholes&Bases/Rehab Systems/NonCementitious 0520196 E1-14 jManbolelkehbSy.terns Spraymg. Spray Wan Polruedumm,Costing ASTM D639/D790 EI-14 Manhole Rehabs tam Sun Coast 01/31/06 Coatings for Corrosion Praatkm Chesterton Arc 791,Sl HB,S 1,S2 Acid Resistance Tc.N Smcr Applications 8/28/2006 Contin s for Corrosion Protation Warren Envaor inial S-301 amt M-301 Sewer A lications 08/30/06 Coatings for Corrosion Protecrion Citadel SLS-30 Solids Ep..y Sewer Applications Pive/New/Centrifugally Cast Fiberglass Reinforced Pine/Polymer Modified Concrete 721/97 lCtnt.Cast Fibergla, Hobas Pipe USA,Inc. Hobos Pipe( on,Pmsm) ASTM D3262//D3754 lw lFlowthe Amitech USA Prepared 2/29/2012 Page 1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST No. Clamscation v Model No. 7. t2;��-04 Fiber lass Pi A— Bondstrarld RPMP Pie ASTM D-1262ID3754 Pol nna Modified Connote Pi Amitxh USA hlc r Pal roto Pi ASTM C33.A276,F477 8"to 102",Class V 9 Reinforced Pot Concrete Pi US Com ite PiReinforced PoI Concrete Pi ASTM C-76 ew/Concrete Ctanc Pipe,Reiofatcsd Wall Conde Pipe Colne. ASTM C76 EI-04 Cone.Pipe,Reinforced Hydra,Conduit Corporation Class In T&G,SPL Item 077 ASTM C 76 E1-04 Conc.Pipe,Reinforced Heomoe Conde Prod" SPL Item 095-Manhole,098-Pipe ASPM C 76 EI-04 Cone.Pim Reinforced Concrete Pipe&Products Co.Inc. ASTM C 76 Pi ew/Du ile Iron EI-06 Ductile Iron Pipe Griffin Pipe Products,Co. Super Be8-Tito Ductile hm Pressure Pipe, A W WA CI50,C151 3"thou 24" El-06 Dwtik hon Pipe Anerinn Ductile Iron Pipe Co. American Fastite Pipe AW WA C150,C151 4-,8-&10- EI-06 Dactil.free Pipe U.S.Pipe and Foundry Co. AW WA CI50,C151 EI-06 Ductile hon Pipe Mcwane cast frog Pipe Co. AWWAC150,C151 Pipes/New/PVC(Pressure) 12/02/11 EI-24 D1 PVC Pre—Pipe Pgmhfe Jetstream PVC Pressure Pipe AW WA C900 4"thru 12" Pi w/HDPE B tin lilinin High ity Polyethylene pil, PW4.Drisocipipe,Inc. Opficore Dactil.Polyethylene Pipe ASTM D 1248 8" -0®aity Polyethylene pipe Plexor lac. ASTM D 1248 8" ffish-deautyIse pipe Pony Pipe.Inc. ASTM D 1248 8" High-density I leas pipe CSR Hydro ConduitiM e Systema McConnell Pipe Enlargement ASTM D 1248 PiDes/New/PVC* 11/04198 EI-31 PVC Corrugated Sewer Pip, Contech Contraction Products,Inc. Contab A-2000 Sewer Pipe ASTM F 949 8"thou 36" E1-31 PVC Coroullued Sewer Pipe Uponor ETI Cornpitirny Ultra carr ASTM F 949 24"to 36"Only 05/04/09 EI-31 PVC Cam ated Sewer Pipe Diamond Plastics Corporation CORR 21 ASTM F 949 24"to 36"only EI-25 PVC Sews PiCan-Tex,Industries ASTM D 3034 4"d-12" EI-25 PVC Sewer Pipe Certain-Tad Products Corp ASTM D 3034 4"d—15" E1-25 PVC Sewn Pip, Nspoo Mand ASTM D 3034.0 1784 V&8" Et-25 PVC Sewer PiJ-M Manufacturing Company,Inc. ASTM D 3034 4"-15" 1223/97• EI-27 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 and SDR-35 ASTM F 789,ASTM D 3034 4"thm 15" EI-27 jPVC Sews Pipe Lareeon Vylon Pipe ASTM F 789 4"thou 15" EI-25 PVC Sewer Pip, Extrusion Technologies,Inc ASTM D 3034 81,10" 11/11,98 EI-28 PVC Serer Pip, I Diamond Plastica Corporation "S"Gnaviiy Sews Pipe ASTM P 679 18"to 27" EI-28 PVC Sewn Pipe J-M Mmdwuwiag Compmy,les. ASTM F 679 18"-27" 11/12,99 EI-29 PVC Truas Pipe Contech Camtnntion Products,Inc Cometh PVC Tmas Pipe ASTM D 2680 8"three 15- 09/26191 EI00-2 Closed PmFde PVC Pipe Lantana V km Calm vylon H.C.Close Profile ASTM F 794 18"m 48" 11/17199 EI00.2 Closed Profile PVC Pipe Diamond Plastics Corponsfion ASTM 1803/F794 IS"to 48" 05/0605 EI-28 PVC Solid Wall Pipe Diamond Plastics Corporation PS 46 ASTM F-679 18"to 48" 04/27/06 EI 25 PVC Sewer Fittings H— SDR-26 end SDR-35 Gasket Fittings ASTM D-3034,D-1784,etc 4".15" • EI-25 PVC Secret Plltlep Plastie Trends,lmc Crsekded PVC Sewn Main Pitting ASTM D 3034 fts/New/Ribbed n Profile Larr&Diameter 092691 E100.2 PVC Sewer PiM Ribbed Lames Vylon Pip, Calm V Ion H.C.Closed Profile PiM ASTM F 679 IS"to 48' 0926191 EI00.2 PVC Sewn Npe,Ribbed Extrusim T Inc. Ulln-Rib Open Profile Sewn Pipe ASTM F 679 l8"to 48" E100.2 PVC Sews Pipe,Ribbed Upoormir ETICompany 11/10/10 (E100-2) Polyprop lene(PP)Sewer Pipe,Double Wall Advarned Drainage Systems(ADS) SaniTite HP Double Wall Ccrtu ated) ASTM F 2736 24"-30" 11/INTO EI00-2) Polypropylene(PP)Sewer Pim Triple Wall Advanced Drainage Systents(ADS) SaniTile HP Trik Wall Pipe ASTM F2764 30"to 60" 05/1611 Steel Reinforced Polycthylcne Pie ConTxh Construction Products Durmaxx ASTM F 2562 24"to 72" Pipes/Rehab/CIPP Coved in Phu Pipe Insitufam Texark,Inc ASTM F 1216 05/03/99 lCured in Place Pipe Natioml Envrolech Group National Liner,SPL)Item 027 ASTM F-1216/D-5813 0329196 Cured in Place Prpe Reynolds lorllnUmair Tedroolay,PrRner USA) Idin Twhimology, ASTM F 1216 Pioes/Rehab/Fold&Form Fold and Porn Pipe Cullum Pipe S Inc. 11/0198 Fold and Form Pipe maitufam T tne. lnsitufam"NuP ASTM F-1504 Fold and Pam Pipe American Pipe&Platin,W. Demo. Only 12104A0 jPoldandPorraPip, Ultraliaer Ultmliner PVC Alloy Pipelina ASTM F-1504,1871,1867 06/09103 lFolditedForni MiOa Pipeline C.P. EX Method ASTM F-1504,F-1947 Up to 18"diameter Pipe Enlargment System(Method) PIM System PIM Corpoosboo Polyethylene PIM Corp.,Pitcm Way,NJ. Approved Previous) Meson ll Systieres Mcl-t Constmcuua polyethylene Houston,Texas Approved Neviousl TRS S stone Trenchlesm Replacement System Polyethylene Clgy,Canada Approved Prevkml Pipe Cosine Spacers 11/04/02 Sted Band Casing Spacers Advawed Products and Systems,1w. Stat Spacers,Model SI 02102/93 Stainless Steel Casing spacer Advaaad Products and Systems,Inc. Stainless Steel Spacer,Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spahr Pipeline Seal and ImuWm Stainless Steel Casing Spacer Up to 48"<I>s2> 09/14/10 Coated Stxl Casio Spears Pipeline Seal and Insulator Coated Steel Cerin Spacers Up to 48"<l-2> 05/10111 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48"<I>C1> Coatings 0223/02 Epmy Lining System Saueoeisen,Inc SewerGard 21ORS I LA Coosty 0210-1.33 Prepared 2/29/2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec No. Classsifcation Manufacturer Model No. Natioal Spec S''' 12/14/01 Looxy Limmi S stem.. _ Rud./Materuds Enoch 2030 anal 2100 Series. _. 04/14/05 Interior Ductile Iron Pipe Coating Ind— Pentads 401 ASTM B-117 Ductile Iron Pipe Only WATER Pipes/Valves&Fittines/Combination Air Release EI-11 Combimtioo Ah Release Valve GA Industries,Inc. Empire Air and Vaeuum Valve,Modal 935 ASTM A 126 Class B,ASTM A 1"&2" E1-11 Combimtion Air Release Valve Multiplex ManufacturingCo. Crispin Air and Vacuum Valves,Model No. l2',1'&2' El-1 I Combination Air Release Valve Valve and Prime Corp. APCO#143C,#145C and 0147C 1",2"&3" Pives/Valves&Fittings/Ductile Iron Fittings 0723N2 EI-07 Ductile lion Fittings Stu Pipe Products,Inc. Mechanical Joint Fittings AWWA C153&C110 El-07 Ductile hon Fitftp Grim Pipe Products,Co. Mechanical Joint Fittings AWWAC 110 El-07 Ductile line Fittings McWaoell' Pi Union Utilities Divisioa Mechanical Joint Fittings,SSB Class 350 AWWAC 153,C 110,C 111 05/14N8 El-07 Ductile hon Fittings Uni- Series 1500 Circle tack Restraints 08/10/98 El-07 MJ Ft' Si Co. Class 350 C-153 MJ Fittings AWWA C153 4--1- 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Maar Be.Co. Uoi-Fhmge Serie 1500 Circle-lack AW WA CI 1 MI53 4"to 12' 11/09/04 EI-07 Ductile him Joint Restraint, One Holt,toe. One Bolt Restrained Joint Pitting AW WA CI l l/C116/C153 4'to 12' 02/29/12 3341-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA kon,Inc. Me ug Series 1100(far DI Pipe) AW W A C I l l/CI16/C 153 4"w42" 02/29/12 33.11-11 IPVC Pipe Mechanical Joint Restraint EBAA lion,Inc. Megaitig Series 2000(for PVC Pipe) AWWACI I I/C116/C153 4"to 24" 0&105/04 EI-07 IMachanissalJointRea mer Glands Sigma,Co. Sigma One-Lok Mechanical Joint Retrains AWWACIIIJC153 4"m24" Bulldog System(Diamond lak 21&JM 10/12110 EI-24 Interior Restrained Joint System S&B Teeh.W Products Eagle lac 900) ASTM F-1624 4"to 12" 08/16/06 EI-07 Mechanical Joint Fittin s SIP Industries Mechanical Joint Fittings AWWA C153 4"to 24" Pi salves&Fittings/Resilient Seated Gate Valve* Resilient Wedged Gate Valve w/no Gen American Me.Control Serie 2500 Drawing#94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Serie 2530 and Series 2536 AWWA 0515 30"and 36" 08/31/99 Resident Wedge Gate Valve American F3ow Control Series 2520&2524(SD 94-20255) AWWA C515 20"and 24" 05/15199 Resifim Wedge Gate Valve American Flow Control Serie 2516 SD 94-20247) AWWA 0515 16" 10/24M E1-26 Resilient Wedge Gate Valve American Plow Control Series 2500 AWWA C509 4"to 12" 08/05/04 Resilient W Gale Valve American Flow Control 42'and 48"AFC 2500 AWWA C515 42"and 48" 05/23/91 EI-26 Eteaffient Wedge Gate Valve Anion AVK Company American AVK Resilient Seated GV AWWA 0509 4"in 12' 0124102 EI-26 Resilient Wedge Gate Valve AmericanAVK 20"..J.—Her E1-26 IResilient Sated Gam Valve Kennedy 4".12" E1-26 Resilient Seated Gate Valve M&H 4"-12" EI-26 Resilient Seated Gate Valve Mueller Co. 4'-12" 11/08199 Resilient Wedge Gate Valve Mueller Co. Series A2361(SD 6647) AWWA C515 16" 0123/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"•24" SD 6709) AWWA 0515 24'and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30"&36",C-515 AWWA C515 30"and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller42"&48",C-515 AWWAC515 42"and 48" 01/2888 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA 0509 4'-12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16'RS GV SD D-20995) AWWA C515 16" 11/08199 EI-26 lResilient Wedge Gate Valve Clow Vdve Co. Cbw RW Valve SD 0.21652) AWWA C515 24"and smaller WONQ4 Nae<3> 61ew-y 9-49. 61ev,"30e-1k-36--C SF3 AAAXA Q533 -- 06/21/10 Resilient Wedge Gate Valve Clow Valve Co. Claw Valve Madel 2638 AWWA C515 30"to 48" 05/08/91 E1-26 lResilient Seated Gate Valve Stockham Valve&Fittings - AWWAC509,AN31420-atom ASTM 4"-I2" E1-26 lResilient Seated Gate Valve U.S.Pipe and Foundry Co. Metreae1250,require==SPL#74 3"in 16" PiDesNalves&Fittin¢s/Rubber Seated Butterfly Valve EI-30 Rubber Seated Butterfly Valve Henry Prat Co. AWWA C-504 24" E1-30 Rubber Seated Butterfly Valve Mudls Co. AWWA C-504 24" 1/11199 E1.30 Rubber Sated Butterfly Valve DeruBc Valves Co. AWWA C-504 24-and larger 06112103 EI-30 Valmule American Butterfly Vain Valmnic Valve and Man-fValmid.American Butterfly Valve. AWWA C-504 Up to 84"diameter 04/06101 EI-30 Rubber Sated Butierfly Valve M&H Valve M&H Style 4500&1450 AWWA C-504 24"to 48" amp n tag_hon, 3/12196 lWaters lin Station Water Plus B20 Water Sampling Station Dry Barrel Fire Hydrants 10/01187 E-I-12 Dry Barra Phe Hydrant Amencim-Darling America—DarlingValve Drawing No.90-18608,94.18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant A--Daring Valve Shop Drawing No.94-18791 AWWA C-502 09/30/87 E-1.12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No.D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydarn American AVK Company Model 2700 AWWA C-502 08/2488 E-1-12 Dry Baird Fire Hydrant Clow Corporation Drawings D20435,D20436,820506 AWWA C-502 E-1.12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No.D-80783FW AWWA C-502 0924/87 E-1.12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No.13476 AWWA C-502 Shop Drawinga No.6461 10/1487 E-1-12 Dry Barrel Fire Hydrant Mueller Company A423 Centurion AWWA C-502 Shop Dnwiug FH-12 01/1588 El 12 Dry Barrel FireH t Mueller Company A423 Super Centurion 200 AWWAC-502 10/0987 E-1-12 Barrel Pirellydrant US.Pipe&Foundry SbDp Dta ' No.960250 AWWA C-502 09/16/87 E-1-12 i Ehy Bead Fire Hydrant Wetsous Company Shop Drawing No.SI740803 AWWA C-502 Water Avyurtenan,es 08/05/02 EI.18A Plastie Meter Boxes East Jordan lion Warks,Inc. Mater Box(Plastic)w/Cl lid Class A,B.C 11828/02 Double Strap Saddle Smith Risk #317 Coated Double Strap Saddle 0126/00 SS Tapping Saddle JCM Industrie,Inc. 0406 Double Band SS Saddle V in 12'up 01130/01 Tapping Saddle JCM Industrie,Inc. #405 Coated Topping Saddle I"in 12'tap, 05/10/11 Tapping Sleeve(Stainless Steel) Powerseal 3490AS(Flange)&3490MJ 4'-8"and 16' 0229/12 33-12-25 T in Sleeve(Coated Stee1) Ro— FTS 240 AWWA C-223 U to 42'w24"Out 02/29/12 33-12-25 T m Sleeve(Stdnkss steel Romac SST Stainless Syed I AWWA C-223 Up to 24'w212'Out Prepared 2/29/2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval, Spec No, Classsifcation Me dtl No. _..� e lwa-1 Slx'F..._. Size 02/29/12 33-1_'_; Ia rg Slccvc(Slainl,.ss Sh;e11 Romac _ SSFLU Sunrd—SIM AAAA C-223 Up 1,�30' 1218"Oul 05/1 al l Joico R au Cldp Powerseal 3232 Bell Joint Repair Cla 4"to 30" 08/28A)6 Plastic Mew Box w CI Lid ACCUCAS I Class'A"Plastic Box w/Cl Lit Class'A" 08/30/(16Plastic hldc� Box w/Plastic Lid DFW Plastics Ina Class"A"Plastic Box w/Plastic Lid Class"A" Polyethylene Encasement 05/1:/05 EI-13 Pol ycthvlcnc Encasmonr Elexsol Pucka inFulton Ems risco AWA A C105 8 mil LLD 05/12/05 EI-13 Polve l-olene Encasmcnl Mountain Stwu Plastics(hISP)and AEP Ind Standard Hardware AK"w'A CI05 8 mil LLD 05/12A75 EI-I3 Pol dh]enc Eneaxmenl AEP Industries Bullxmm by Ci,wtown Boll&Gasker AW WA CI05 8 mil LLD MM 02/45/93 E101-5 Detector Check Meter Ames Co Model 1000 Detector Check Valve A W WA C550 4"m 10" 08/05/04 Magnetic Drive Vertical Turbine H Magnetic Drive Vertical AW WA C701,Class 1 3/4" 6" NOTES • From Original Standard Products List <1> Cartier Pip,LEx _ Q> Above 48"Apfarvoed on me by case baeis <3> Product Sue I-5-2-12 –- o i" Prof—. Specifications for specific products,are included as part of the Conswction Contract Documents,the requirements of the Technical Specification will override the Fort Wath Water Department's Standard Specifications and the Fart Wath Water Departmm's Standard Products List and approval of the specific products will be based on the requneaems of the Technical specification wbcd=or nor the specific product meets the Fon Worth Water Department's Sandard Specifiadoes or is on the Fan Wath Water iDeparatent'sLisL Prepared 2/29/2012 Pape 4