Loading...
HomeMy WebLinkAboutContract 51144 CITY SECRETARY — CONTRACT NO. FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Sycamore Creek Relief Interceptor—Phase I City Project No. 02200 Sewer Project No. 56002-0700430-CO2200-CO1783 Betsy Price David Cooke Mayor City Manager Chris Harder, P.E. Acting Director, Water Department Douglas Wiersig, P.E. Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 2018 ..-E~oOF %* * r GREG A. VAUGHN ..... ................. 1 0 122593 illll�sSiONAN. 1061 4/18/18 LOCKWOOD, ANDREWS & NEWNAM, INC. �O FIRM NO. F-2614 Q�p�cti�oQ� PQ� Lockwood, Andrews cos�� & Newnam, Inc. L e O A D A L Y C O NA P A N Y OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/26/2018 - Resolution No. 4955-06-2018 & Ordinance No. 23288-06-2018 DATE: Tuesday, June 26, 2018 REFERENCE NO.: **C-28754 LOG NAME: 60SCREEKIlPl-MOUNTAINCASCADE SUBJECT: Authorize Execution of a Contract with Mountain Cascade of Texas, LLC, in the Amount of$2,883,880.00 for Sycamore Creek Interceptor Improvements, Phase 1, Provide for Project Costs, Materials Testing and Contingencies for a Total Project Amount of$3,415,695.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official intent to Reimburse Expenditures with proceeds of future debt for the Sycamore Creek Interceptor Improvements, Phase 1 Project; 2. Adopt the attached appropriation ordinance reducing unallocated receipts and appropriations in the Water and Sewer Commercial Paper Fund in the amount of$3,415,695.00; and 3. Authorize execution of a contract with Mountain Cascade of Texas, LLC, in the amount of $2,883,880.00 for Sycamore Creek Interceptor Improvements, Phase 1 (City Project No. 02200). DISCUSSION: This project will provide additional wastewater capacity to the Sycamore Creek drainage basin by the construction of a 66-inch relief sewer main, extending from an existing 72-inch sewer line located in Gateway Park and proceeding southerly 1,900 feet to the Union Pacific Railroad right-of-way. This project is recommended in the Wastewater Master Plan. This project was advertised for bids on April 19, 2018 and April 26, 2018 in the Fort Worth Star-Telegram. On May 17, 2018, the following bids were received: Bidder Amount Time of Completion Mountain Cascade of Texas, LLC $2,883,880.00 270 CalendarDays S.J. Louis Construction of Texas, Ltd. $3,3321773.84 Ark Contracting Services $3,464,120.00 William J. Schultz, Inc. dba Circle C Construction $3,5701250.00 Company Thalle Construction Company $3,793,341.84 (Jackson Construction Ltd. j=$4,674,251.001 In addition to the contract amount, $380,571.00 is required for project management, material testing and inspection and $151,244.00 is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one- percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City' s portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department' s Fiscal Year 2018-2022 Five Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction for Phase 1 is anticipated to commence in September 2018 and be completed by June 2019. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's Operating Budget when complete. M/WBE OFFICE—Mountain Cascade of Texas, LLC, is in compliance with City's BDE Ordinance by committing to 25 percent MBE participation. The City's MBE goal on this project is 25 percent. The project is located in COUNCIL DISTRICT 8, Mapsco 120E and 120F. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in Water& Sewer Commercial Paper Fund for the Sycamore Creek Interceptor Improvements, Phase 1 Project. The Water and Sewer Commercial Paper Fund includes authority of$150,000,000 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $134,171,935 for future capital projects. Funding for the Sycamore Creek Interceptor Improvements, Phase 1 project is as depicted below: FUND Existing Additional Project Appropriations Appropriations Total* Water & Sewer Commercial $255,030.00 $3,415,695.00 $3,670,725.00 Paper Fund 56016 Sewer Capital Fund - $1,818,139.00 $0.00 $1,818,139.00 Legacy 59607 Project Total $2,073,169.00 $3,415,695.00 $5,488,864.00 -7F *Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDs): TO Fundi Department Accoun Protect Program�ctiI vity Budget Reference # �moun ID I ID Year I (Chartfield 2) FROM Fund Department ccoun Project Program ctivity Budget Reference # �moun ID , ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 1. 60SCREEKIIP1-MOUNTAINCASCADE- REIMB RESOLUTION.docx (Public) 2. 60SCREEKIIP1-MOUNTAINCASCADE Compliance Memo.pdf (CFW Internal) I 60SCREEKIIP1-MOUNTAINCASCADE FID Table (Dan).docx (CFW Internal) 4. 60SCREEKIIP1-MOUNTAINCASCADE Form 1295.pdf (Public) 5. 60SCREEKIIP1-MOUNTAINCASCADE SAM.pdf (CFW Internal) 6. 60SCREEKIIP1-MOUNTAINCASCADE 60 AO 18.docx (Public) 7. 60SCREEKIIPI-MOUNTAINCASCADE Map.pdf (Public) CERTIFICATE OF INTERESTED PARTIES FORM 1295 1011 Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos,1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number of business. 2018-359872 Mountain Cascade of Texas,LLC Alvarado,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/29/2018 being filed. The City of Fort Worth Date Ackno ed ed: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contra ,an ro de a description of the services,goods,or other property to be provided under the contract. 02200 Sanitary Sewer Main Installation 4 Nature of interest Name of Interested Parry City,State,Country(place of business) (check applicable) Controlling I Intermediary Mountain Cascade of Texas,LLC Alvarado,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION /����,�� My name is ,dfsiC� /'V//!rand my date of birth is-/"�0it�• My address is �2dZ /lr 4P _- /�(It4►(S t�IG� Z , y003 ( (CRY) (Stift) (rip cam) (—ntry) I declare under penalty y�oofjf''perjury that the foregoing is true and correct. Executed in ✓p�yl'O�l/ , _ County, State of on the 21Kday of 20-9—. ignature of authorizelagent of calitracting business entity (D Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 Sycamore Creek Relief Interceptor Phase I Addendum 1 CITY OF FORT WORTH ADDENDUM No. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO. 02200 Addendum No 1 Issued: May 9, 2018 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: lhttps:/iprojectpoint.buzzsaw.com/ bz rest/Web/Home/Index?folder-17491#/ bz rest/WebAte m/Items?folder-1939449 PLEASE NOTE THE REVISION TO THE BID PROPOSAL FORM AT THE BACK OF THESE ATTACHMENTS! Questions/Clarifications at Pre-Bid Conference on May 7,2018: 1. Does bid item for imported backfill include all backfill beneath the road? o At the pre-bid meeting, the response was incorrectly stated and the answer is as follows. No, all backfill cost for the installation of pipe is to be included in the pipe installation bid items. The imported baclfll/CLSMbid item is to establish a unit price for CLSM backfill/embedment that may be required in areas where groundwater is encountered. 2. What is the concrete cure time required prior to the installation of epoxy coatings? o Concrete must cure for 28 days prior to the installation of the epoxy coating. No proposed means of reducing the cure time will be acceptable. 3. Has the permanent easement shown in the plans been finalized/acquired? o Yes. 4. If under bypass during junction box construction,what are the expected flow rates? o The latest observed flows in this area, within the existing interceptor, are shown on page 13 of the plans. After the contract is awarded, the contractor shall coordinate final 1 Sycamore Creek Relief Interceptor Phase I Addendum 1 expected flows with City of Fort Worth Operations and submit a bypass plan to the Owner and Engineer. 5. What is the anticipated start date? o The anticipated start date would be approximately 10-12 weeks after the bid opening. The exact date is to be determined. 6. If liner plate is required to be abandoned due to groundwater issues, this will be considered subsidiary to the cost of construction and included in the tunneling bid item. Project Manual: Section 00 42 43 Bid Proposal shall be replaced with this Addendum. • Bid Items have been removed and replaced for the replacement of all existing pavement on Windham Street. • The thickness of Warren epoxy coating/lining has been added to Item 18. • Like fencing Bid Item has been removed. Cost is now subsidiary to the cost of the pipe installation. • See the revised Proposal Form attached to this Addendum. Several of the Bid Item numbers have changed. See Attached. Section 33 39 60 Epoxy Liners for Sanitary Sewer Structures shall be replaced with this Addendum. • Replace section 2.2.B.4.b with the following: Thickness—250 mils minimum, per paragraph 3.4C. • Replace section 3A.C.1 with the following: Spray apply per manufacturer's recommendation at a minimum film thickness of 250 mils for pipe linings, precast manholes,and cast-in-place concrete structures. Construction Plans: Callout on Sheet 7-Wastewater Plan & Profile STA. 0+00 to STA.4+00 shall be replaced in its entirety with this Addendum: • Replace existing callout that states"Contractor shall notify, a week in advance, the City of Fort Worth water department and Engineer to schedule a field meeting to witness his exposure and survey of existing utility one week prior to construction to verify pipe conditions and elevations."with the following: Contractor shall contact, two weeks in advance, the City of Fort Worth Water Department and Engineer to schedule a field meeting at least one week prior to the start of ANY construction,to witness his exposure and survey of the existing utility to verify pipe conditions and elevations. 2 Sycamore Creek Relief Interceptor Phase I Addendum 1 Callout on Sheet 8- Wastewater Plan & Profile STA.4+00 to STA. 8+00 shall be replaced in its entirety with this Addendum: • Replace existing callout that states"Contractor shall notify, a week in advance, the City of Fort Worth water department and Engineer to schedule a field meeting to witness his exposure and survey of existing utility one week prior to construction to verify pipe conditions and elevations."with the following: Contractor shall contact, two weeks in advance,the City of Fort Worth Water Department and Engineer to schedule a field meeting at least one week prior to the start of ANY construction,to witness his exposure and survey of the existing utility to verify pipe conditions and elevations. Note on Sheet 9—Wastewater Plan & Profile STA.8+00 to STA. 12+00 shall be added with this Addendum: • A new note shall be added on Sheet 9 that reads as follows: 6. During pipeline construction,repair any asphalt disturbed under Bid Item 25 (Temporary Asphalt Raving Repair(2"HMAC on 6"CTB)).After the completion of pipeline construction, the full width of Windham Street(excluding TxDOT ROW)shall be replaced as stated under the following bid items: • Bid Item 27 (8" Pavement Pulverization) • Bid Item 28 (3"Asphalt Pavement, Type D) • Bid Item 29 (Cement Modification, 26 lbs./sy) Note on Sheet 10—Wastewater Plan & Profile STA. 12+00 to STA. 16+00 shall be added with this Addendum: • A new note shall be added on Sheet 10 that reads as follows: 4.During pipeline construction, repair any asphalt disturbed under Bid Item 25 (Temporary Asphalt Raving Repair(2"HMAC on 6"CTB)).After the completion of pipeline construction, the full width of Windham Street(excluding TxDOT ROW)shall be replaced as stated under the following bid items: • Bid Item 27 (8"Pavement Pulverization) • Bid Item 28 (3"Asphalt Pavement, Type D) • Bid Item 29 (Cement Modification, 26 lbs./sy) 3 Sycamore Creek Relief Interceptor Phase I Addendum 1 Note on Sheet 11 —Wastewater Plan & Profile STA. 16+00 to End shall be added with this Addendum: • A new note shall be added on Sheet 11 that reads as follows: 2. During pipeline construction, repair any asphalt disturbed under Bid Item 25 (Temporary Asphalt Raving Repair(2"HMAC on 6"CTB)). After the completion of pipeline construction, the full width of Windham Street(excluding TxDOT ROW) shall be replaced as stated under the following bid items: • Bid Item 27 (8"Pavement Pulverization) • Bid Item 28 (3"Asphalt Pavement, Type D) • Bid Item 29 (Cement Modification, 26 lbs./sy) Note on Sheet 19—City of Fort Worth Casing and Liner Plate Details shall be replaced with this Addendum: • Replace Note 5 of Detail 1 with the following: Tunnel liner plate diameters shown are to meet minimum installation requirements. Sizes may be increased to allow for installation tolerance variability,with one restriction on the liner plate installation beginning at STA. 1+22.00. At this location, liner plate must maintain 2 vertical feet of separation to the gas line. This will require the invert of the increased size liner plate to be lowered, and the carrier pipe to be raised off center within the liner plate. Sheet 28—Proposed Junction Box Details Sheet 4 of 7 shall be replaced in its entirety with this Addendum: • Replace Sheet 28 in its entirety with the sheet attached to this addendum. 4 Sycamore Creek Relief interceptor Phase I Addendum I Information to Bidders: This Addendum No. 1, forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this Addendum No. I by completing the requested information at the following locations: 1. In the space provided in Section 00 41 00 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGES: By: Title: City of Fort Worth > Chris Harder,P.E. Acting Director,Water Department r .!..........................:*�J 4� GREG A.VAUGHN s By 17 k4Q s' ..4 122553 '¢ .0 ytoe�n�� si NG45/09/18 1 %``NA�.q►+.. Lockwood,Andrews ■�,■ &Newnam,Inc. A LEO A DALY COMPANY Texas Registered Engineering Firm F-2614 5 t 3SVHd NOI1VII719VI438 801d.90831NIN3380 3&OnVDAS $ik � o Wig uj LU ft LOL.L'U' 13 LLIv wpIW(s b LLI LLI V3 0 iL 0 C, '7 04 00 wti q.—.qdp 9LOZ-60—So B-P*SIIVJACI XOR SECTION 00 42 43 PROPOSAL FORM SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I Bidder's Application Pigect Item Information Bidders Proposal It,,,,No Descnpnon Speaficanon Unn o! Brd Vint P,­ Bid Value Semon No Measure ijant JJm[I-Satutary Server 1 3331 4721 r,r,-FRP1,N_16 Sa,uran Se"et Pie 33 31 13 LF 1.144 3331 4721 06-FRP SNT_Santan Se„cr Pie 73 l l 13 LF 3G 9909(1(1117 KK-Tunncl I_"nar Plain&(,a"Can"cr Pipe B,Other Than Open Cm 33 05 21 LF 221 4 999°nun'- 84"Funnel Linei Plate,A 66"Ca...e"Pr pc By Other Than Open Cut 33 05 21 LF 373 agn-000 i Reinforced lJ4"Dan,em"PolymerNI-Bole 33 3930 LS I 6 i331 531 n K"SDR-_o PVC S.....P"p, 33 31 20 LF 20 7 3331 5210 I,"SDR-21,PVC Sever Pie 33 31 20 LF 20 9 0241 22111 Remo.e Cannan Sewer Ni:mhnle 0241 14 EA 1 9 3305 01 111 t'rhty Nhu ke"Pole 33 05 26 EA 1 3 10 32160101 Cunuete(u"h N.Gunn Replecemem 32 16 13 LF 550 11 3216 1,31"2 Rmaete%all,,Guam,Rc la- em 32 16 13 Sy 94 12 3213 040 (6(111 etc Dme.v:n Replacement 32 1320 SF 270 13 3292(12,11, Seedn,u Ihd"onndch„1,h li,ndang Ag,,a 3292 13 Sy 12,500 14 9999 00114 Seedmg I h-diomulch,vnh B"adore kgem m Accorda,ce Hath TRVA S ecificatton 3292 13 1 Sy 7.600 Is 9999 O00, J.-non Stnrciwe m Sar 5,33 86(South of 1H-30) 33 49 10 LS 1 16 9999 00111, 1 ontame Sene,05 Stop Luc-70"O eEA 10 17 9999 000" Fontaine Se""ep O5 Stop Le"-101 s"O"rc EA 1 10 18 3339(1002 'mien F ince Protean,Coanm,for Ne,Juncnon Structure and East g Pie 250 mde) 33 39 60 SF 1,700 Iu 3303 Uu01 liv ms P,nn,"1,a 33 03 10 LS I 20 3301 0101 Nlm,hnle Vacuum Tesone 33 01 30 EA 7 21 3301 0001 Pre-C(-TN'Ins pecnon 33 01 31 LF 100 3301 00,12 Poe,-C("f Nb„pecnon 33 01 31 LF 1.800 9999 00(18 Tme ,o,"Cm laLink Fenum,and Gare. LF 7.500 24 3305 0109 Re araunn and Im len,emat 1,!a"french Safety Plm, 33 OS 10 LF 1,284 25 3201 041111 Tem o A. halt Pa,me Re,au IT'HNIAC on 6"CTB) 37 05 10 LF 710 26 3305 0203 h1,ported I-o4 e 1 m Backfill CLSNI 03 34 13 CY 200 27 0241 1711(, X,Pa.cn,cnt Puh er aaoon 0241 15 Sy 1 2.800 28 3212 00302 "-ls phult P-I, t_Te e D 32 12 16 SY 2.800 29 3211 06110 ("einem Mud"ficat"on.2G Ihs se 32 11 33 TN 36 30 3471 Pool T\DOT and(m of Fon'A it,"Fraftie Connol Design and P,ovrde 34 71 13 LS 1 31 1,171 011111 Co,1,vucuon S.—,(Redl,ne A,budt)GPS 01 71 23 LS 1 32 0171 0002 Constrnet Stak"n_• 01 7123 LS 1 33 3305 011"3 1,'c l,,aw,Fcca,anon of I c on g Uubnes 33 05 30 EA 34 3125(1101 Sk%PPP 01 57 13 LS I 35 999900", (o tru,uun AI1o"an"lloe-0 LS I I 3150.00000 SI5o.00020 Sub-Total Unit 1-Sanitary Sewerl Unit 2-Water 1 3311 11261 8"PVC Wate,Pr pe 33 11 12 LF 338 9999 0011, S'PVC"ate,hp,IB,Other Than Open('oil 33 11 12 LF 5o 3 331)(1161 6"PV('Anter P" e 33 11 12 LF 55 4 3311 0001 Duade hon path Fnt.m,.,c Restraint 33 11 11 TON I 5 3312 4004 Remo,al of p aver Vale 33 1225 EA 1 6 33123003 S'Gan,Val- 331220 EA 2 7 3312 3002 6"Gate Vabe 33 1220 EA 3 8 3312 0117 Connecunn m Fc",ung 4-I S'pater Nla"n 33 1225 EA 3 9 9999 001 1 Cut ap I pater Mau,m Abandon pith Fiowable Fill Grout EA I 10 3213 031 3 C--le Srde.,alk Ad acorn to Curb 32 13 20 SF 950 11 3304 0101 Tem mart p';ner Service, 33 0430 LS I 12 01710001 f"onsnuunm Suraec(RedlineA,balt)GPS 01 71 23 LS I 13 0171 0002 (a,t—non Stakn, 01 71 23 LS I 14 3305 02(13 Imported 1-nrhedment Backfill CLSNJ 03 34 13 CY 100 IS 02411iI(I Sal,aee Fn e Jl,dr a 331240 EA IG 3312111v"I lue Hod"ant A..emhk 331240 EA 2 I7 9009 0012 Cnn,rn,cnnn:Ul.,wase 1A1 aver I LS I SSU 000 n0 SS1060 00 Sub-Total I nit 2-NN ate Alternative A-Standard Connete-p:1,"en I{p—Coated Manholes Al 3339 11115 St.,da,d b( D"a Tc e A M:u,hole(Up to 6'De th 33 3920 1 EA 1 61 1 .A2 3339 11 o; Add"moral Ven"cal Ue th nn Sta„da,d on"D"a Manhole IAII Types) 7139 20 VF 34 A3 n Will Sumda"d4K D,,, >Iwf n�lct l' toll De thl 333920 EA I A4 3339 1003 Add"moral% ,nc al Depth rnr Stm,dard 48"D..Mm,holc JAIIT es 33 3920 VF 7 AS 3339 0001 Proton",c(,,I f1,"Manholes 33 3960 VF 83 Sub-7"otal Alternative A Sewer Alten,atne B-Pol mer thnaete Nlamh,d, BI 9999 Oul; Re"ntbncd on'D"a T.,e A Pnl,mer Niw,hole 33 39 30 EA 6 B'- 9999 1,01 J -Addn"on:J Vnoeal De 1,h on Reinforced G(i'Dra Polymer Mat,hole All Tv es 33 39 30 VF 34 1339999 UOI c Rc,fe—cl 48"Da Pul,mn Nlanhole 33 39 30 EA 1 B4 9999 Oul6 Addmunal N'enrrd De,ih nn Reinforced 48"Dm Polymer Manhole All T es 33 3930 1 VF 1 7 Sub-Total Alie—twe B S—eir Total I Sub-Total Ito"t I-Sub-Total Unit 2 c Sub-Total Alternative A S Total 2 Sub-Total Unn I -Sub-Total Unit 2+Sub-Total Altematne B S •n;,,,, llr�!'r1,k.-,,-rvr„l,­,,h,,.,x, jowl 1„ 7;,r„12 END OF SE['TION FORT WORTH. City of Fort Worth Table of Contents Adopted September 2011 00 00 00- 1 TABLE OF CONTENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 4525 Pipe Lay Proofing Demonstration 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 5813 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 000000-2 TABLE OF CONTENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 05—Metals 05 5000 Metal Fabrications Division 32—Exterior Improvements 3292 13.1 Hydromulching& Seeding for TRVA Trinity Trails Area Division 33—Utilities 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 13 Frame, Cover, and Grade Rings 33 3921 Concrete Polymer Manhole 33 3960 Epoxy Liners for Sanitary Sewer Structures Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proiectpoint.buzzsaw.com/client/fortworthgov/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 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 31 - Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 2400 Embankments 31 2500 Erosion and Sediment Control 31 3700 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 000000-3 TABLE OF CONTENTS Page 3 of 3 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 3231 13 Chain Link Fence and Gates 3231 26 Wire Fence and Gates 3231 29 Wood Fence and Gates 3292 13 Hydromulching, Seeding and Sodding 32 93 43 Trees and Shrubs Division 33- Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV)Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 12 Water Line Lowering 3305 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts,Nuts, and Gaskets 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene(HDPE) Pipe for Sanitary Sewer 3331 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 39 20 Precast Concrete Manholes 3349 10 Cast-in-Place Manholes and Junction Boxes Division 34-Transportation 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 000000-4 TABLE OF CONTENTS Page 4 of 3 GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 0005 10- 1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of I 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved M&C for 7 the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 0005 15- 1 ADDENDA Page 1 of I I SECTION 00 05 15 2 ADDENDA 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with any addenda 7 issued during bidding.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 00 11 13- 1 INVITATION TO BIDDERS Page I of 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Sycamore Creek Relief Interceptor—Phase I, Project No. 6 02200, will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth, Texas 76102 12 13 until 1:30 P.M. CST, Thursday, May 17, 2018, and bids will be opened publicly and read aloud at 14 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 • 1,180 LF of 66" FRP Sanitary Sewer Pipe by Open Cut and Appurtenances 20 • 594 LF of 66" FRP Sanitary Sewer Pipe in Liner Plate by Tunneling and 21 Appurtenances 22 . 1 - 12' Diameter Polymer Manhole and Appurtenances 23 • 6 -Type"A" Manholes and Appurtenances 24 0 1 -Junction Box at Interconnection to Existing 60" Sewer Line and Appurtenances 25 26 PREQUALIFICATION 27 The improvements included in this project must be performed by a contractor who is pre- 28 qualified by the City at the time of bid opening.The procedures for qualification and pre- 29 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 30 31 DOCUMENT EXAMINATION AND PROCUREMENTS 32 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 33 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/and 34 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 35 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 36 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 37 Parties Form 1295 and the form must be submitted to the Project Manager before the 38 contract will be presented to the City Council.The form can be obtained at 39 https://www.ethics.state.tx.us/tee/1295-Info.htm . 40 41 Copies of the Bidding and Contract Documents may be purchased from Lockwood,Andrews& 42 Newnam, Inc. which is as follows: 1320 South University Dr., Suite 450,Fort Worth, TX 76107. 43 44 The cost of Bidding and Contract Documents is: 45 Set of Bidding and Contract Documents with full size drawings: $100 46 Set of Bidding and Contract Documents with half size(if available)drawings: $60 47 48 PREBID CONFERENCE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 22,2016 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 2 BIDDERS at the following location, date,and time: 3 DATE: Monday, May 7, 2018 4 TIME: 10:00 AM 5 PLACE: 310 W. 1011, Street 6 Fort Worth, Texas 76102 7 LOCATION: Main Conference Room 8 9 10 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 11 City reserves the right to waive irregularities and to accept or reject bids. 12 13 INQUIRIES 14 All inquiries relative to this procurement should be addressed to the following: 15 Attn: Liam Conlon, City of Fort Worth 16 Email: liam.conlon@fortworthtexas.gov 17 Phone: (817) 392-6824 18 AND/OR 19 Attn: Greg Vaughn, Lockwood, Andrews&Newnam, Inc. 20 Email: gavaughn@Ian-Inc.com 21 Phone: (8l 7)338-7507 22 23 ADVERTISEMENT DATES 24 April 19, 2018 25 April 26, 2018 26 27 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 22,2016 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 21 13 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:Hproiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 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:Hproiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construct ion%2ODocuments/Contractor%2OPrequal ification/TPW%2OPaving 48 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.- 02200 Revised August 21,2015 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:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 5 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram/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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.- 02200 Revised August 21,2015 0021 13-3 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.- 02200 Revised August 21,2015 0021 13-4 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.- 02200 Revised August 21,2015 0021 13-5 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 1000 Throckmorton Street 20 Fort Worth, TX 76102 21 Attn: Liam Conlon, Water Department 22 Fax: 817-392-6828 23 Email: liam.conlon@fortworthtexas.gov 24 Phone: 817-392-6824 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://proiectpoint.buzzsaw.com/ bz rest/Web/Home/Index?folder17491#/ bz rest/W 32 eb/Item/Items?folder1939439 33 34 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 35 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 36 Project. Bidders are encouraged to attend and participate in the conference. City will 37 transmit to all prospective Bidders of record such Addenda as City considers necessary 38 in response to questions arising at the conference. Oral statements may not be relied 39 upon and will not be binding or legally effective. 40 41 7. Bid Security 42 43 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 44 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 45 the requirements of Paragraphs 5.01 of the General Conditions. 46 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.- 02200 Revised August 21,2015 0021 13-6 INSTRUC I IONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained fro►n the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents, additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH SYCAMORE.CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONS FRUCiiON SPECIFICA IiON DOCI iMI:NI'S CITY PROJECT NO.- 02200 Revised August 21.2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title,the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.- 02200 Revised August 21,2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights _ 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.- 02200 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35%of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.- 02200 Revised August 21,2015 00 35 BID FOR Page 1 of SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You")to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. htta://www.ethics.state.tx.uslform CIQ.pdf htti)://www.ethics.state.tx.us/forms/CIS.I)df CIQ Form does not apply CIQ Form is on file with City Secretary r? CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Mountain Cascade of Texas, LLC By: Michael Du Fuller _-- 11729 East FM 917 Signature: r Alvarado, TX 76009 Title: Chief Executive Officer END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook for Addendum No.1.xls CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense it the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. jJ Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) :31 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes 'F—] No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. 8 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 -- Sign re of ve or doing business with the govemmentat entity patg Form provided by Texas Ethics Commission www.ethics.stale.tx.us Revised 11/30/2015 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Sycamore Creek Relief Interceptor- Phase I City Project No.: 2200 Units/Sections: Unit 1 -Sanitary Sewer Unit 2-Water 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook for Addendum No.1.xls 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Tunneling and Installation of Tunnel Liner Plate b. Bypass Pumping 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 270 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 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook for Addendum No.1.xls 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on May 17,2018 by the entity named below. Respectfully submitted, Receipt is acknowledged of the following Addenda: Initial By: Addendum No. 1: de f (Signature) Addendum No.2: r Addendum No.3: pF Michael Duke Fuller Addendum No.4: (Printed Name) Title: Chief Executive OfBct Company: Mountain Cascade of Texas, LLC Corporate Seal: Address: 11729 East FM 917 Alvarado, TX 76009 State of Incorporation: Texas Email: dukef0mountaincascade.com Phone: 817-783-3094 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE r STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Form Revised 20150821 00 41 00_00 4313„00 42 4300 43 37_00 45 12_00 35 13 Bid Proposal Workbook for Addendum No.1.xis 00 43 13 BID BOND Page 1 o12 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Mountain Cascade of Texas LLC known as "Bidder"herein and Liberty Mutual Insurance Company a corporate surety duty authorized to do business in the State of Texas, known as"Surety"herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal sum of five percent(5%)of Bidder's maximum bid price,in lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made we bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally,firmly by these presents WHEREAS the Principal has submitted a bid or proposal to perform Work for the following project designated as Sycamore Creek Relief Interceptor-Phase I NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void If, however the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to Compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 14th day of May 2018 PRINCIPAL Mountain Cascade of Texas LLC r BY Signatu► ATTEST: � (�.� Michkel Duke Fuller CEO/President Witness as Id Principal Name and Title CITY OF FORT WORTH SYCAMORE CREEK REI ICF INTERCEPTOR-PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO •02200 Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 004313 BID BOND Page 2 of 2 Address: 11729 East FM 917 Alvarado, TX 76009 SURETY: Liberty Mutual WRREce Company BY: ig ature S. Nicole Evans,Attorney in Fact Name and Title Address: 71 Stevenson Street, STE 600 San Francisco,CA 94105 Witness as to Surety Teri Koehler Telephone Number: 415-955-0100 Attach Power of Attorney(Surety)for Attorney-in-Fact `Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO-02200 Form Revised 20171109 00 41 00_00 43 1300 42 4300 43 3700 45 1200 35 13_Bk1 Proposai Workbook ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco On k Ay before me, Carolyne Sue Emery, Notary Public (insert name and title of the officer) personally appeared S- Nicole Evans--------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person(*whose name($) ism subscribed to the within instrument and acknowledged to me that kWshe/93R executed the same in hWher/t *rzauthorized capacity, and that by PWher/#W signature(a) on the instrument the person(IS), or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. CAROIYNESUE EMERY JJJJ Notary Public-California WITNESS my hand and official seal. z San Francisco County Commission 12187752 My Comm.Expires Mar 23,2021 Signature (Seal) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7953197 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance'"ornpapv POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively celled the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, CaroM*Emenr:S.Nicole E1►M Rare M.Mumhv:Btadlw N.Wright all of the city of San Francisco ,state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attesled by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF.this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of November - 2017 tv INy� NS,lp rNSVpq J➢"`y�rAr», 1J*`flr$•1lN�� �,c•`a;•a+w .,r't'r The Ohio Casualty Insurance Company ryr 1919 0 1912 1991 y Liberty Mutual Insurance Company West ncan Insurance Company f R * • • By; A STATE OF PENNSYLVANIA ss David M.C Assistant Secretary 6. COUNTY OF MONTGOMERY I On this 30th da of November 2017 IM y ,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance w Cumpatly, The Ohio Casually Company, and West American Insurance Company, and that he, as such, being authorized so to do,execute the foregoing instrument for the purposes l therein contained by signing on behalf of the corporations by himself as a duly authorized officer, E > IN WITNESS WHEREOF, 1 have hereunto subscribed my nine and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written iiA C S♦ PAS, COMMONWEALTH OF PENNSYLVANIA Q C �QwwE � C NotarialNotarialSenn ` It !A u >'+. 2 Teresa Pastella,Notary Public BY 0_ m. d Upper Marion Twp.Monlgomary County Teresa Pastella,Notary Public L �. L My Commission Expires March 2d,2021 i CMemberLv �4RY ombor Pennsylvania Asxucialirxi of Notaries 2a ` MThis Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual N c insurance Company,and West American insurance Company which resolutions are now in full force and effect reading as follows: 4:E.0 C ` ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O I to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, .2:4 C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their respective y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so i executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or altomey-In-fact under >u the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t CARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, c and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalfof the Company to make,execute, 3 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their e ca respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0C executed such instruments shall be as binding as if signed by the president and attested by the secretary. O L, Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company..wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this d�y of 20_—[& �tV IP{Sy LtN:Up N1NSUq • eJ�C"'"'abs y�i'+ ��+P.>•"r'r4:�A(� ,d�';M'r.r+,r1•c 19190 >` 1912 1991 `s 9y' Renee C.Lle , ssistanl Secretary 1 • y' 115 of 400 LMS_72873 022017 t i'berw Alutual. Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:/Avww.tdi.state.tx.us E-mail: ConsumerProtection cD-tdi_state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document_ LMIC-3500 Page 1 of 2 Rev.7.1.07 IftLiberty Alutual, NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: hfp://www.tdi.state.tx.us E-mail: Consume rProtectionatdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concemiente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIG-3500 Page 2 of 2 Rev.7.1.07 '0'0 4] BIDPaorosnt, 141al SECTION 00 42 47 PROPOSALFORM SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I Blddees Application Project Item Information Bidders Proposal Specification Item No Description Unit of BidSection No. Measure uanti Unit Price Bid Vat. unit I•Sanitary Sewer 1 3331.4721 66"FRP SN46 Sanitary Sewer Pie 333113 LF 1,144 2 3331A721 66"FRP SN72 Sanitary Sewer Pie 3331 13 LF 36PC /it,900.4 3 9999.0001 88"Tunnel Law Plue&66"Carrier pipe By Other Than 0M Cut 33 05 21 LF 221 $1,9X00 $419.900.00 4 9999.0002 84"Tunnel Liner Plate&66"Carrier Pipe By Other Than Open Cut 330521 LF 373 $1,700.00 S614,100.00 5 9999,01103 Reinforced 144"DismeterPoivmer Manhole 33 39 30 LS 1 1 15M SI 15,0M.00 6 3331.5310 8"SDR-26 PVC Sewer Pipe 33 31 20 LF 20 $74.00 $1,480.00 7 3331.5210 6"SDR-26 PVC Sewer Pie 333120 LF 20POD() $1,400.00 R 0241.2201 Remove Sanitary Sewer Manhole 024114 EA 1 00.00 $2,500.00 9 1 3305.0110 Utility Marker Pole 33 05 26 EA 3 $130.00 $450.00 10 3216.0101 Concrete Curb&Cuter Replacement 3216 13 LF 550 $10.00 55.500.00 11 3216.0302 Concrete Valley Gutter Replacement 321613 Sy 94 570.00 $6380.00 12 3213.0403 Concrete Driveway Replacement 32 13 20 SF 270 $14.00 S3.78006 13 32910200 Seeding,Hydrumulch with Binding Agent 329213 Sy 12 1.00 S 12$00.00 14 9999.0004 Seedme Hydronsulch with Binding Agent in Accordance with TR V A Specification 3292 13.1 Sy 7,600 St.. $7 600.00 15 .0005 Junction Structure at Sta.5+33.86 South of IH-301 3349 10 LS 1 / 16 9999.00116 Fontaine Series 95 Stop Los-70"Opening PA l $3,000.01) $30,000.00 17 9999.0007 Fontaine Series 95 Stop Lo -101.5"Opening EA 10 S4.0W.00 $4011010 IS 3339.0002 Warren F ox Protective Coatting for New Junction Stmebuc and Existing Pipe JLW milsl 33 39 60 SF 1.700 $20.00 (34,000.00 19 3303.0001 Bypass Pumpitut Pump' 33 03 t0 LS 1 $157,100, S157,10000 20 3301.0101 Manhole Vacuum Testi 330130 FA 7 $140.00 $980.00 21 3301.0001 Pro-CCTV Ingicajon 33 01 31 LF 100 1.00 $100.00 22 3301.000 Peat-CCTV Inspection 33 0131 LF 1 Rf0 $1.00 SI.800.00 23 9999.0008 Temperary Chain Link FencinX and Gates LF 7,500 $2J0 $15,000.00 24 3305.0109 Premnstion and Implementation ofa Trench Safety Plan 3305 10 LF 1,294 $1.00 $1,284.00 25 3201.0400 Temporary Asphalt Payinx Repair 2"HMAC on 6"CTB 3305 IO LF 710 $50.00 $35,500.00 26 3305.0203 hinported Fmbedment/Backfill.CISM 03 34 13 Cy 200 120.00 524,00000 27 0241.1700 8"Pavemem Pulverization 02 41 15 Sy zim $9-00 $25,200.00 28 321200302 3"Asphalt Pavement.Type D 32 12 16 Sy 2 800 19.00 SS3 00 29 32114600 Cement Modification.26 lbs/s32 11 33 TN 36 $150.00 SS 400.00 30 1471.0001 TxDOT and City of Fort Worth Traffic Control(Design and Provide) 34 71 13 LS l $15AGO 00 $IS ODO.00 31 0171 0001 Contwetion Survey Redline As-built CPS 017123 LS 1 $1000.00 SI 11()0X1 32 0171.0002 Construction Staking 017123 LS 1 $4,000.06 54,000.00 33 330$.0103 Eimloratog Fxcavation of lixisting Utilities 33 05 30 EA2 1.3%.001 S2,600,00 34 3125.0101 SWPPP 015713 1 LS I I S 12ADO 00 $12000.00 35 9999.1109 Construction Allowance Sewer LS I 1 1 $150,000.001 5150 .00 Sub•Tataa Unit I•Samiloy Sewe unit 2.water 1 3311.0261 8"PVC Water Pip, 33 11 12 LP 338 570.00 $23,660.00 2 9999.01110 R"PVC Water Pipe By Other Than Open Cut) 3311 12 LF SO $340.00 $17,000.00 3 331L0161 6"PVCWater Five 331112 LF 55 SSS-00 S),025.00 4 3311.0001 Ductile Iron Water Fi w/Restraint 33 11 It TON 1 $2_000.00 $2.00000 5 33124(M Removal of Water Valve 33 1225 FA 1 $300.00 $310.00 6 33123003 8"Gate Valve 33 120 EA 2 11600.0(! $3,200.00 7 33123002 6"Gate Valve 331220 FA 3 $1 00 (3,000.00 8 3312.0117 Connection to Existing 4-12"Water Main 33 l2 25 EA 3 $3 00.00 $9,600.00 9 99990011 Cut&Ciop Ex.Water Main to Abandon With Flowable Fill Grout EA I I S1 .0(1 SI 10.00 10 3213.0313 Concrete Sidewalk,Adjacent to Curb 32 1320 SF 950 $5.00 S4 750.1X1 11 3304.0101 Temporary Water Services 33 04 30 LS ! SL40T00 $2,400.00 12 0171 0001 Corutiuction Survey Redline As-built GPS 017123 LS I 5250.00 $250.00 13 0171.0002 Construction Staking 017123 IS 1 11000.00 SIJX1000 14 3305.0203 Imported Embedment/flacklift,CLSM 03 34 13 Cy 100 $120.00 $12.000.00 15 0241.1510 SalvincFireH 331240 EA 2 51X1.00 $100000 i 6 3312.0001Fire H ram Assembly33 1240 FA 2 $3 400.00 f 800.00 I I 9999.001 C e r S 0000.00 $50,000.00 Sub.Tsed Will 2-Wal $149,9115.011 Alternative A-Standwilot4erete-Wanom Epmy Coated Maniholeg A 1 3339 1105 Sundmd 60"Do*T A Manhole(Up to 6'Depth) 33 3920 1 EA 1 61 S10.400001 162.40D 00 A2 3339 1103 Addtnonal Vcrbcsl Depth on Standard 60"Dm Manhole All Types 1 313920 VF 34215,00 57,310.00 A3 3339.1001 Standard 48"Da Manhole U to 6'De tli 33 39 20 kA I $5,40000 $5,40000 A4 3339 1003 Additional Vertical Depth on Stallard 48^Dim Manhole fAll Types) 33 39 20 VI­ 1 7 11700 $81900 AS 33 90001 Protective Comm for monlinlos, 1 333960 1 VF 1 83 76.00 $3120800 Sub-Total Alternative A Sewsr $107137.00 Akcmatac B-Polvmcr Concrete Manholes 111 9999001) Remfineed 60"Iris T A Polymer Manhole 33 39.lEA 6 S i 1800.00 $70,80000 0 9999 0014 Addstsnal V nevi Depth on Rcn ed 60"Dw Pohii=Manhole All T 33 1113E. I VF 34 300 S 15,062.00 83 19999.00!5 1 Reinforced 48"Du.Polvow Mailrok 1 313910 1 EA 1 1 "1"00 $9,00000 BA 1 9999.00I6 I Additional Vertical Depth on Rehiforettd 48"Do Polyrner Manhole'Ail'$ 333930 1 VF 1 7 $357.00 $2 499.11 Sub-Total Alternati tv /fie 8 Sewer $97 1.00 Total I-Sub-Tool Unit 1+Sub-Total Unit 2+Sub-Total Alternative A:$ c1 a 093, "'(61.'s, Total 2-Sub-Taal Unit I+Sub-Total Unit 2+Sub-Total Alternative B:S g�, 45V i �'4d1e4 "iya,Thr Cin Itrxnvs tar rlala b wlrw rlYrr ToW I w Ta.!2 END Of SECTION CrTy ter FMT%MTw STA Dcw+Sr'MMON SPBC1PICAnla1 DoCDMBNTS r4,w n,I,.,d 19120124 m 410 0 4312 M 42 ON 4)12_Oe45 1r 03511_a"i N..WWlkb.A h AtlnJ,. 1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Pagel 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 , 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. C7 BIDDER: Mountain Cascade of Texas, LLC By: Michael Duke Fuller 11729 East FM 917 ignature) Alvarado, TX 76009 Title: Chief Executive Officer Date: S /Iy � IB END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.•02200 Form Revised 20110627 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Sid Proposal Workbook for Addendum No.1.xls 004512 BID FORM Page 1 of 1 SECTION 00 45 12 PREOUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalifed contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequalifcation Expiration Date Tunneling and ler Plate of �U /0,6F � Tunnel Liner Pate �¢ (h7s�' Bypass Pumping �3� 0 /� IV14 #REF! #REF! The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are. currently prequalified for the work types listed. BIDDER: Mountain Cascade of Texas, LLC By: Mic el D e Fuller 11729 East FM 917 (Signature) Alvarado, TX 76009 Title: Chie xecutive Officer Date: �{ END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,-02200 Forth Revised 20120120 00 410000 43 1300 42 43_00 43 3700 45 1200 35 13 Bid Proposal Workbook for Addendum No.1,xls UNANIMOUS WRITTEN CONSENT OF THE BOARD OF MANAGERS AND THE MEMBERS OF MOUNTAIN CASCADE OF TEXAS, LLC (April 18,2018) The undersigned, being the sole member of the of the Board of Managers (the ."Sole Manager") and the sole member ("Sole Member") of MOUNTAIN CASCADE OF TEXAS, LLC, a Texas limited liability company (the "Company"), hereby waives any and all notices that may be required by law or by the Amended and Restated Limited Liability Company Agreement of the Company dated as of January 31, 2018 (the "A&R Company Agreement"; capitalized terms used but not defined herein shall have the meanings assigned to such terms in the A&R Company Agreement) of the time, place and purposes of a special meeting of the Board of Managers and Members of the Company, and do hereby consent, to the taking of the following actions by unanimous written consent, which unanimous written consent shall be filed with the records of the Company and to be made a part of the corporate records as if a meeting had been duly called and held at the offices of the Company: WHEREAS, the officers of the Company are as follows: Name Office Michael Duke Fuller Chief Executive Officer, President and Treasurer Andrew L. McCulloch Vice President and Secretary NOW THEREFORE, BE IT RESOLVED, that, subject to the control of the Manager and the terms of the A&R Company Agreement, the Chief Executive Officer and/or President of the Company shall manage the day to day affairs of the business of the Company and see that all orders and resolutions of the Manager are carried into effect, and he shall have the general powers and duties of management usually vested in the office of Chief Executive Officers and Presidents of a corporation, and shall have such other powers and duties as may be prescribed by the Manager or the A&R Company Agreement; and further RESOLVED FURTHER, that, the Vice President, shall have the general powers and duties of management usually vested in the office of the Vice President of a corporation, and shall have such other powers and duties as may be prescribed by the Manager or the A&R Company Agreement; and further RESOLVED FURTHER, that, without limiting or enlarging the foregoing, Andrew L. McCulloch, in his capacity as the Vice President of the Company, shall have the authority to enter into and execute on behalf of the Company any and all quotes, bid documents and related contracts for projects of the Company, without the necessity of joinder of any other person, until 6146422 vi (76755.00007.000) such authority has been revoked by the Manager or the Chief Executive Officer of the Company; and further RESOLVED FURTHER, that any and all transactions with respect to the foregoing resolutions and all other matters contemplated by the foregoing resolutions taken by the Company or any of the managers, officers or other representatives of the Company, for and on behalf and in the name of the Company, prior to the adoption of the foregoing resolutions, be, and they hereby are, ratified, confirmed and approved in all respects for all purposes; and further RESOLVED FURTHER, that the appropriate officers of the Company be, and each of them hereby is, authorized and empowered for and on behalf and in the name of the Company, to execute, deliver and file documents to authorize and effect the transactions contemplated in the foregoing resolutions and take such additional action as they may deem necessary or appropriate to effect the intent and accomplish the purposes of the foregoing resolutions; and further RESOLVED FURTHER, that this consent may be executed in multiple counterparts, each of which shall be deemed an original for all purposes, and all of which together shall constitute one and the same instrument; and further RESOLVED FURTHER, that each such multiple counterpart of this consent may be transmitted via facsimile or other similar electronic means and executed by one or more of the undersigned, and a facsimile of the signature of one or more of the undersigned shall be deemed an original signature for all purposes and have the same force and effect as a manually-signed original. IN WITNESS WHEREOF, the undersigned have executed this consent to be effective as of the date and year first above written. SOLE MANAGER: MichaelDukwf uller SOLE MEMBER: 4ZZ MOUNTAIN CASCADE, INC., a CaiD&IfEuller, By: resident and CEO 2 6146422 vi (76755.00007.000) Sycamore Creek Relief Interceptor Phase I Addendum l CITY OF FORT WORTH ADDENDUM No. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO. 02200 Addendum No 1 Issued: May 9, 2018 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: https://proiectpoint.buzzsaw.coriV bz rest/Web/Home/Index?folder-17491#,1 bz rest/Web/Ite m/Items?folder--1939449 PLEASE NOTE THE REVISION TO THE BID PROPOSAL FORM AT THE BACK OF THESE ATTACHMENTS! Ouestions/Clarifications at Pre-Bid Conference on May 7.2018: 1. Does bid item for imported backfill include all backfill beneath the road? o At the pre-bid meeting, the response was incorrectly stated and the answer is as follows. No, all backfill cost for the installation of pipe is to be included in the pipe installation bid items. The imported backfill/CLSM bid item is to establish a unit price.for CLSM backfill/embedment that may be required in areas where groundwater is encountered. 2. What is the concrete cure time required prior to the installation of epoxy coatings? o Concrete must cure for 28 days prior to the installation of the epoxy coating. No proposed means of'reducing the cure time will be acceptable. 3. Has the permanent easement shown in the plans been frnalized/acquired? o Yes. 4. If under bypass during junction box construction,what are the expected flow rates? o The latest observed flows in this area, within the existing interceptor, are shown on page 13 of the plans. After the contract is awarded, the contractor shall coordinate final Sycamore Creek Relief interceptor Phase I Addendum 1 expected flows with City of'Fort Worth Operations and submit a bypass plan to the Owner and Engineer. 5. What is the anticipated start date? o The anticipated start date would be approximately 10-12 weeks after the bid opening. The exact date is to be determined. 6. If liner plate is required to be abandoned due to groundwater issues, this will be considered subsidiary to the cost of construction and included in the tunneling bid item. Proiect Manual: Section 00 42 43 Bid Proposal shall be replaced with this Addendum. • Bid Items have been removed and replaced for the replacement of all existing pavement on Windham Street. • The thickness of Warren epoxy coating/lining has been added to Item 18. • Like fencing Bid Item has been removed. Cost is now subsidiary to the cost of the pipe installation. • See the revised Proposal Form attached to this Addendum. Several of the Bid Item numbers have changed. See Attached. Section 33 39 60 Epoxy Liners for Sanitary Sewer Structures shall be replaced with this Addendum. • Replace section 2.2.B.4.b with the following: Thickness—250 mils minimum, per paragraph 3.4C. • Replace section 3A.C.1 with the following: Spray apply per manufacturer's recommendation at a minimum film thickness of 250 mils for pipe linings, precast manholes, and cast-in-place concrete structures. Construction Plans: Callout on Sheet 7 - Wastewater Plan & Profile STA. 0+00 to STA. 4+00 shall be replaced in its entirety with this Addendum: • Replace existing callout that states "Contractor shall notify, a week in advance, the City of Fort Worth water department and Engineer to schedule a field meeting to witness his exposure and survey of existing utility one week prior to construction to verify pipe conditions and elevations."with the following: Contractor shall contact, two weeks in advance, the City of Fort Worth Water Department and Engineer to schedule a field meeting at least one week prior to the start of ANY construction, to witness his exposure and survey of the existing utility to verify pipe conditions and elevations. Sycamore Creek Relief Interceptor Phase I Addendum 1 Callout on Sheet 8 -Wastewater Plan & Profile STA.4+00 to STA. 8+00 shall be replaced in its entirety with this Addendum: • Replace existing callout that states "Contractor shall notify, a week in advance, the City of Fort Worth water department and Engineer to schedule a field meeting to witness his exposure and survey of existing utility one week prior to construction to verify pipe conditions and elevations."with the following: Contractor shall contact, two weeks in advance, the City of Fort Worth Water Department and Engineer to schedule a field meeting at least one week prior to the start of ANY construction,to witness his exposure and survey of the existing utility to verify pipe conditions and elevations. Note on Sheet 9—Wastewater Plan & Profile STA. 8+00 to STA. 12+00 shall be added with this Addendum: • A new note shall be added on Sheet 9 that reads as follows: 6. During pipeline construction,repair any asphalt disturbed under Bid Item 25 (Temporary Asphalt Raving Repair(2" HMAC on 6" CTB)). After the completion of pipeline construction, the full width of Windham Street(excluding TxDOT ROW) shall be replaced as stated under the following bid items: • Bid Item 27 (8" Pavement Pulverization) • Bid Item 28 (3" Asphalt Pavement,Type D) • Bid Item 29 (Cement Modification,261bs./sy) Note on Sheet 10—Wastewater Plan & Profile STA. 12+00 to STA. 16+00 shall be added with this Addendum: • A new note shall be added on Sheet 10 that reads as follows: 4. During pipeline construction, repair any asphalt disturbed under Bid Item 25 (Temporary Asphalt Raving Repair(2"HMAC on 6"CTB)). After the completion of pipeline construction, the full width of Windham Street(excluding TxDOT ROW) shall be replaced as stated under the following bid items: • Bid Item 27 (8" Pavement Pulverization) • Bid Item 28 (3" Asphalt Pavement,Type D) • Bid Item 29 (Cement Modification,26 lbs./sy) 3 Sycamore Creek Relief Interceptor Phase I Addendum l Note on Sheet 11 —Wastewater Plan& Profile STA. 16+00 to End shall be added with this Addendum: • A new note shall be added on Sheet 11 that reads as follows: 2. During pipeline construction, repair any asphalt disturbed under Bid Item 25 (Temporary Asphalt Raving Repair(2"HMAC on 6"CTB)). After the completion of pipeline construction, the full width of Windham Street(excluding TxDOT ROW) shall be replaced as stated under the following bid items: • Bid Item 27 (8" Pavement Pulverization) • Bid Item 28 (3" Asphalt Pavement, Type D) • Bid Item 29 (Cement Modification, 26 lbs./sy) Note on Sheet 19—City of Fort Worth Casing and Liner Plate Details shall be replaced with this Addendum: • Replace Note 5 of Detail 1 with the following: Tunnel liner plate diameters shown are to meet minimum installation requirements. Sizes may be increased to allow for installation tolerance variability,with one restriction on the liner plate installation beginning at STA. 1+22.00. At this location, liner plate must maintain 2 vertical feet of separation to the gas line. This will require the invert of the increased size liner plate to be lowered, and the carrier pipe to be raised off center within the liner plate. Sheet 28— Proposed Junction Box Details Sheet 4 of 7 shall be replaced in its entirety with this Addendum: • Replace Sheet 28 in its entirety with the sheet attached to this addendum. 4 Sycamore Creek Relief Interceptor Phase I Addendum 1 Information to Bidders: This Addendum No. I,forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations: 1. In the space provided in Section 00 41 00 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT ACK L. GES: By: Title: �1(Qf C 1�C C°Ll�1111G�? (rQ✓ City of Fort Worth Chris Harder,P.E. �'S�s• Acting Director,Water Department i`r •'•a � *•GREG A. UGHN.N•o By: O o v •�NH�NNp•sN•N••NU�•Nev �igec6A M0114`'er �,•• 1 2E2593• _;;g-5/09/18 J n Lockwood,Andrews &Newnam,Inc. A LEO A DALY COMPANY Texas Registered Engineering Firm F-2614 5 FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) F] Has fewer than 100 employees and/or F] Has less than$6,000,000.00 in annual gross receipts OR F] Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development,8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning,8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so,state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so,state the name of the individual,name of owner and reason. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse,child,or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No.(if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles,if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No.02200. 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: 0 1 M Ccc Q T L By: 12 Company J/ Please Print 13 14 l l Z C F t Signature: 15 Address / I / l 167 Ly Gt a1 0 0 0 0 Title: V 1 �,4 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 B FORE ME,the un ers gne authority,on this day personally appeared 26 ,known to me to be the person whose name is 27 su scribed to the foregoin *nstrurqent,and ackn ledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 G N UNDER MY HAND A SEAL OF OFFICE this day of 32 ,20 33 34 35 36 Notary.Pul in and for the State of Texas 37 0pN1'4j4i WANDA SUE JARRELL ,4e�4 38 END OF SECTION ;:: gt+'INotafy Public,State of Texas ?a� Comm. Expires 06-29-2020 39 "i".$01,110% Notary ID 11952407 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Pagel o1`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 25% 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 3o deliver the MBE docurnentatioiin person tc lhtpptopr �inployee-oFthe purchasing division and 31 obtain a date/time receipt. Such receipt shall'be evidence that the City Teceived the documentation in the 32 time allocated. A faxed and/or emailed copywilt not be accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contract in /su Iier work: date. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised.lune 9.2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised.lune 9,2015 005243-1 Agreement Page 1 of 8 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT,authorized on 4 ajp/r8 is made by and between the City of Fort Worth,a 4 Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), 5 and Mountain Cascade of Texas, LLC , authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part 14 is generally described as follows: 15 Sycamore Creek Relief Interceptor- Phase 1 16 City Project No. -02200 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of Two Million Eight-Hundred Eighty-Three Thousand 20 Eight Hundred Eighty and XX/100 Dollars ($ 2,883,880.00 ). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 270 days after the date when the 24 Contract Time commences to run,as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 26 4.2 Liquidated Damages 27 Contractor recognizes that time is of the essence for completion of Milestones,if any,and 28 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 29 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 30 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTER PTOR—P STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 OFFICIAL RECORD Revised 11.15.17 CITY SECRETARY PT.WORTH,TX 005243-2 Agreement Page 2 of 8 31 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 32 instead of requiring any such proof, Contractor agrees that as liquidated damages for 33 delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) 34 for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance 35 until the City issues the Final Letter of Acceptance. 36 Article 5.CONTRACT DOCUMENTS 37 5.1 CONTENTS: 38 A.The Contract Documents which comprise the entire agreement between City and 39 Contractor concerning the Work consist of the following: 40 1. This Agreement. 41 2. Attachments to this Agreement: 42 a. Bid Form 43 1) Proposal Form 44 2) Vendor Compliance to State Law Non-Resident Bidder 45 3) Prequalification Statement 46 4) State and Federal documents(project specific) 47 b. Current Prevailing Wage Rate Table 48 c. Insurance ACORD Form(s) 49 d. Payment Bond 50 e. Performance Bond 51 f. Maintenance Bond 52 g. Power of Attorney for the Bonds 53 h. Worker's Compensation Affidavit 54 i. MBE and/or SBE Utilization Form 55 3. General Conditions. 56 4. Supplementary Conditions. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised 11.15.17 005243-3 Agreement Page 3 of 8 57 5. Specifications specifically made a part of the Contract Documents by attachment or, 58 if not attached,as incorporated by reference and described in the Table of Contents 59 of the Project's Contract Documents. 60 6. Drawings. 61 7. Addenda. 62 8. Documentation submitted by Contractor prior to Notice of Award. 63 9. The following which may be delivered or issued after the Effective Date of the 64 Agreement and,if issued, become an incorporated part of the Contract Documents: 65 a. Notice to Proceed. 66 b. Field Orders. 67 c. Change Orders. 68 d. Letter of Final Acceptance. 69 70 Article 6. INDEMNIFICATION 71 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 72 expense,the city,its officers,servants and employees,from and against any and all claims 73 arising out of, or alleged to arise out of, the work and services to be performed by the 74 contractor,its officers,agents, employees,subcontractors, licenses or invitees under this 75 contract. This indemnification provision is specifically intended to operate and be 76 effective even if it is alleged or proven that all or some of the damages being sought were 77 caused, in whole or in part, by any act,omission or negligence of the city.This indemnity 78 provision is intended to include, without limitation, indemnity for costs, expenses and 79 legal fees incurred by the city in defending against such claims and causes of actions. 80 81 6.2 Contractor covenants and agrees to indemnify and hold harmless,at its own expense,the 82 city, its officers, servants and employees, from and against any and all loss, damage or 83 destruction of property of the city, arising out of, or alleged to arise out of,the work and 84 services to be performed by the contractor, its officers, agents, employees, 85 subcontractors, licensees or invitees under this contract. This indemnification provision 86 is specifically intended to operate and be effective even if it is alleged or proven that all 87 or some of the damages being sought were caused, in whole or in part, by any act, 88 omission or negligence of the city. 89 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised 11.15.17 005243-4 Agreement Page 4 of 8 90 Article 7. MISCELLANEOUS 91 7.1 Terms. 92 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 93 have the meanings indicated in the General Conditions. 94 7.2 Assignment of Contract. 95 This Agreement, including all of the Contract Documents may not be assigned by the 96 Contractor without the advanced express written consent of the City. 97 7.3 Successors and Assigns. 98 City and Contractor each binds itself, its partners, successors, assigns and legal 99 representatives to the other party hereto, in respect to all covenants, agreements and 100 obligations contained in the Contract Documents. 101 7.4 Severability. 102 Any provision or part of the Contract Documents held to be unconstitutional, void or 103 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 104 remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 105 7.5 Governing Law and Venue. 106 This Agreement, including all of the Contract Documents is performable in the State of 107 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 108 Northern District of Texas, Fort Worth Division. 109 7.6 Authority to Sign. 110 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 111 than the duly authorized signatory of the Contractor. 112 113 7.7 Prohibition On Contracts With Companies Boycotting Israel. 114 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 115 Code, the City is prohibited from entering into a contract with a company for goods or 116 services unless the contract contains a written verification from the company that it: (1) 117 does not boycott Israel; and (2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised 11.15.17 005243-5 Agreement Page 5 of 8 118 The terms"boycott Israel"and "company"shall have the meanings ascribed to those terms 119 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 120 certifies that Contractor's signature provides written verification to the City that 121 Contractor.(1)does not boycott Israel;and(1) will not boycott Israel during the term of 122 the contract. 123 124 7.8 Immigration Nationality Act. 125 Contractor shall verify the identity and employment eligibility of its employees who perform 126 work under this Agreement, including completing the Employment Eligibility Verification 127 Form (1-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms 128 and supporting eligibility documentation for each employee who performs work under this 129 Agreement. Contractor shall adhere to all Federal and State laws as well as establish 130 appropriate procedures and controls so that no services will be performed by any 131 Contractor employee who is not legally eligible to perform such services. CONTRACTOR 132 SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, 133 OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S 134 EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 135 Contractor, shall have the right to immediately terminate this Agreement for violations of 136 this provision by Contractor. 137 138 7.9 No Third-Party Beneficiaries. 139 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 140 and there are no third-party beneficiaries. 141 142 7.10 No Cause of Action Against Engineer. 143 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 144 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 145 subcontractors, for any claim arising out of, in connection with, or resulting from the 146 engineering services performed. Only the City will be the beneficiary of any undertaking by 147 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 148 whether as on-site representatives or otherwise,do not make the Engineer or its personnel 149 in any way responsible for those duties that belong to the City and/or the City's construction 150 contractors or other entities, and do not relieve the construction contractors or any other 151 entity of their obligations, duties, and responsibilities, including, but not limited to, all CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised 11.15.17 005243-6 Agreement Page 6 of 8 152 construction methods, means, techniques, sequences, and procedures necessary for 153 coordinating and completing all portions of the construction work in accordance with the 154 Contract Documents and any health or safety precautions required by such construction 155 work. The Engineer and its personnel have no authority to exercise any control over any 156 construction contractor or other entity or their employees in connection with their work or 157 any health or safety precautions. 158 159 SIGNATURE PAGE TO FOLLOW 160 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised 11.15.17 005243-7 Agreement Page 7 of 8 161 IN WITNESS WHEREOF,City and Contractor have each executed this Agreement to be effective as 162 of the date subscribed by the City's designated Assistant City Manager("Effective Date"). 163 Contractor: City of Fort Worth By: Jay Chapa By: Assistant City Manager (Signature) Date ^ n 1 1.� I`� c (� , 0 4- Attest: a�alrj-,A� (Printed Name) City Secretary FART Title: v C �f i s (Seal) U 2 Address: (AS F7 M&C C--- 2A3-7 S4 Date: b 12-Lo JIB Form 1295 No.2O►B—3595-1 a- City State/Zip: Contract Compliance Manager: 1-7600� By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Date ensuring all performance and reporting requirements. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERC TOR—PHAS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 OFFICIAL.RECORD Revised 11.15.17 CITY SECRETARY I�`T.WORTH,irX 005243-8 Agreement Page 8 of 8 NAME:, Title: W*NQc Ma4l dr, %.j -7 Approved as to Form and Legality: Douglas W. Black Assistant City Attorney 164 165 APPROVAL RECOMMENDED: 166 167 168 Chris Harder 169 ACTING DIRECTOR, 170 Water Department 171 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERC TOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 OFFICIAL RECORD Revised 11.15.17 CITY SECRETARY FT.WORTH,TX Issued Nonuplicate 006113-1 PERFORMANCE BOND Page 1 of 4 Bond No. 070207299 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mountain Cascade of Texas, LLC known as 8 "Principal"herein and Liberty Mutual Insurance Company ,a corporate 9 surety(sureties, if more than one)duly authorized to do business in the State of Texas, known as 10 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 11 municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the 12 penal sum of, Two Million Eight-Hundred Eighty-Three Thousand Eight Hundred Eighty and 13 XX 100 Dollars($2,883.880.00), lawful money of the United States,to be paid in Fort Worth, 14 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 15 ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, 16 firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 4L@ day of 3u,.f ,201-- which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, 20 equipment labor and other accessories defined by law, in the prosecution of the Work, including 21 any Change Orders,as provided for in said Contract designated as Sycamore Creek Relief 22 Interceptor—Phase I,City Project No.—02200. 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 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 28 be and become null and void,otherwise to remain in full force and effect. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.•02200 Revised July 1,2011 I I 006113-2 PERFORMANCE BOND Page 2 of 4 1 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 2 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of 5 the Texas Government Code,as amended,and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the day of 9 ,20 10 PRINCIPAL: 11 12 Mountain Cascade of Texas, LLC 13 14 15 16 BY: 17 4W 18 Signature 19 ATTEST: r 20 21 ,,// 22 e`J` 23 (Principal)Secretary Name and Title 24 25 Address: 26 27 I 28 11729 East FM 917 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 006113-3 PERFORMANCE BOND Page 3 of 4 1 2 Alvarado,TX 76009 3 4 Wit ess as to Principal 5 SURETY: 6 7 Liberty Mutual Insurance Company 8 � s 9 10 s 11 BY: 12 13 Signature 14 15 16 Joshua Sanford, Attorney-In-Fact 17 Name and Title 18 19 Address: 20 21 22 175 Berkeley Street 23 24 Boston, MA 02116 25 26 Witness as to Surety Telephone Number:(617) 357-9500 27 Mercedes Phothirath 28 29 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 006113-4 PERFORMANCE BOND Page 4 of 4 1 2 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 3 from the by-laws showing that this person has authority to sign such obligation. If 4 Surety's physical address is different from its mailing address, both must be provided. 5 The date of the bond shall not be prior to the date the Contract is awarded. 6 CITY OF FORT WORTH SYCAMORE CREEK REUEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 8125432 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aiza Anderson;Samuel E.Begun;Saykham Chanthasone;Lorina Montgue Garcia;Danielle D.Johnson;Michelle Anne McMahon;Tanya Nguyen; Aimee R.Perondine;Brian Peters;Mercedes Phothirath;Jenny Rose Beten Phothirath;Noah William Pierce;Donna M.Ptaneta;Joshua Sanford; BethanyStevenson;Eric Strba;Jynell Marie Whitehead all of the city of Hartford state of:CT each individually if there be more than one named,its true and lawful attorney-'sn•fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,an and all undertakings,bonds,recogriizances and other surety obligations;in pursuance of these presents and shah be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the.Companies and the corporate seals of the Companies have been affixed thereto this 14th day of June 2018 PLZY INst P�tNSUgq �tNSUq The Ohio Casualty Insurance Company r n s T to 0 1919 0 4 Liberty Mutual Insurance Company a S 1912 a 1991 1 West American Insurance Company 0 VI dy`k'Harn� -A �_ 4 � = STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary COUNTY OF MONTGOMERY c dOn this 14th day of June 2018 O a. before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v F U (D Company,The Ohio Casualty Company,and West American Insurance Company,and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes >,W 0.2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. � M = G> > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written.. 0 C. d9P PAST COMMONWEALTH OF PENNSYLVANIA /l�ja� Q 67 o�MONwe <f Notarial Seat r7# 4-4 Teresa Pastella,Notary Public BY L Q ` OF Upper wrbnTwp,.Montgomery Cotutty 'fereea. 'astelte;t�iotnly ittlb#G _ L ��v My Commission Expires March 28,2021 P Q Ii O 4N E q ,,pv ,Member,Pennsylvania Association of Notaries a 02 RY W- f0 C to This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual w p ` Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: « ego d ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 c (71 a; to such limitation as the Chairman or the President may prescribe,shall appoint such atforneys4n-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, y O C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomays4n-fact,subject to the limitations set forth in their respective E powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 0 p executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >M the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. _ cirri ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E C14 ao L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their "00 Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 0 executed such instruments shall be as binding as if signed by the president and attested by the secretary. o Certificate of Designation-The President of the Company,acting pursuant t0 the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such altemeys-i r1- ~� fad as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recoanizarices and other surety obligations. Authorization-By unanimous consent of the.Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with Surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurarim:Company, Lip-erty, Wtual-Insureno@ Cgrnand West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,tine and cornett copy of Sfi?power of Atlomey.*exeoullk by_aaid Companies, is in full force and effect and has not been revoked. ` IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seats of said Companies this-_ Q.df' day of 20 _. P�tw IN.SV PL IN Uq4 INSUP,�^ .r p 1919 1912 1991 b By: Renee C.Lle ssistant Secretary dy 1 t * w t 462 of 750 LMS 12873 022017 Issued Nonuplicate 006114-1 PAYMENT BOND Page 1 of 3 Bond No. 070207299 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mountain Cascade of Texas, LLC known as 8 "Principal" herein, and Liberty Mutual Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 11 municipal corporation created pursuant to the laws of the State of Texas,known as"City" herein, 12 in the penal sum of Two Million Eight-Hundred Eighty-Three Thousand Eight Hundred Eighty and 13 XX 100 Dollars ($ 2.883,880.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County,Texas,for the payment of which sum well and truly be made,we bind ourselves, 15 our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 day of ,20__,_4 ,which Contract is hereby referred to and made 19 a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment,labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as Sycamore Creek Relief Interceptor—Phase 1,City Project No.-02200. 22 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay 23 all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the 24 Texas Government Code, as amended) in the prosecution of the Work under the Contract,then 25 this obligation shall be and become null and void;otherwise to remain in full force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 006114-2 PAYMENT BOND Page 2 of 3 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the _ aLe day of 3 J� , 20 4 PRINCIPAL: Mountain Cascade of Texas. LLC ATTEST: BY: Sienature (Principal)Secretary Name and Title Address: 11729 East FM 917 Alvarado, TX 76009 r �Vne s as to Principal SURETY: Liberty Mutual Insurance Company ATTEST: lgnature CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 006114-3 PAYMENT BOND Page 3 of 3 _ Joshua Sanford, Attorney-In-Fact Jynell ane Whitehead,Witnes (Surety)Sly Xfflfty Witness Name and Title Address: 175 Berkeley Street Boston, MA 02116 vG IVler des Phot irat Witness as to Surety Telephone Number: (617) 357-9500 1 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical address 4 is different from its mailing address,both must be provided. 5 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 END OF SECTION 8 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.8125433 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aiza_Anderson;Samuel E.Begun;Savkham Chanthasone;Lorina Monique Garcia;Danielle D.Johnson;Michelle Anne McMahon;Tanya Nguyen; Aimee R.Perondine;Brian Peters;Mercedes Phothirath;Jenny Rose Bolen Phothirath;Noah William Pierce;Donna M.Planeta;Joshua Sanford; Bethany Stevenson;Eric Strba;Jynell Marie Whitehead all of the city of Hartford ,stale of CT .�. :. each individually if there be more than one named,its true and lawful altomey4n-fact to make,execute,seal,adetowiedge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,irl pursuance of these presents and shall be as binding upon the Companies as if they have been daily signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of June 2018 py(Y INS(/ P UvSUpq .,N�NSUlr�^ f�/J J ;p 92 �� be a ^�2r, e`L' n,,•r The Ohio Casualty Insurance Company s N o f91g o 1612 $ K 1991 Liberty Mutual Insurance Company m West merican Insurance Company C S' �j , �T yi ,>� •rR n � STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary COUNTY OF MONTGOMERY _ c a/ Onthis 14th da of June 2018tM before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v F r, d Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,teeing authorized so to do,execute the foregoing instrument for the purposes y,03 LU p 3 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ea G/ > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O tZ y 9� PAST COMMONWEALTH OF PENNSYLVANIA �a� Q M ww�r^(Ir —�..--Notarial Seal O q ,N >+ o of Y i Teresa Pastetle,Notary Public By - -- - - O ` upper Marion TWp.,Montgomery County Teresa Paswa;Notary Pub4c 4) L. acv My Commission Expires March 28,2021 3 M 41 �VP .pV Member,Pennsylvania Association ur NuWnas 0 M 4.C r q� W <C C /0 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual rA p Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: Q N tv 4) ARTICLE IV–OFFICERS–Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O r– '4) to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, y O acknowledge and deliver as surety any and all undertakings,bonds,recognizanoes and other surety obligations. Such attomeysin-fact,subject to the limitations set forth in their respective £ y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so d ,p` executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey4n-fact under 4) Q the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t «N Mr_ ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E 4) and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys4n-fact,as may be necessary to act in behalf of the Company to make,execute, M O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their =o? Z U respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. C Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,mcognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. L Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Jnsuranee-QSrrigany, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a fug,tnre and correct copy of telePow- of AttGrney exPeiited S said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this.„_day of 20 1% . hJA�;GVY`m''(,9y 0 1414 n 1912 z 1991 By: Renee C.LlewNyff,%ssistant Secretary H.\,nPS 463 of 750 LMS 12873 022017 Issued Nonuplicate 006119-1 MAINTENANCE BOND Page 1 of 4 Bond No. 070207299 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Mountain Cascade of Texas, LLC known as 8 "Principal' herein and Liberty Mutual Insurance Company a corporate surety 9 (sureties,if more than one)duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth,a 11 municipal corporation created pursuant to the laws of the State of Texas, known as"City" 12 herein, in the sum of Two Million Eight-Hundred Eighty-Three Thousand Eight Hundred Eighty 13 and XX/100 Dollars($2,883,880.00), lawful money of the United States,to be paid in Fort 14 Worth,Tarrant County,Texas,for payment of which sum well and truly be made unto the City 15 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 19 the ala day of 3 , 20_1!2>,which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 21 materials,equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 23 the "Work")as provided for in said contract and designated as Sycamore Creek Relief 24 Interceptor—Phase I,City Project No.-02200;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 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 006119-2 MAINTENANCE BOND Page 2 of 4 1 remain free from defects in materials or workmanship for and during the period of two(2)years 2 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 3 4 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 5 receiving notice from the City of the need therefor at any time within the Maintenance Period. 6 7 NOW THEREFORE,the condition of this obligation is such that if Principal shall remedy 8 any defective Work,for which timely notice was provided by City,to a completion satisfactory to 9 the City,then this obligation shall become null and void;otherwise to remain in full force and 10 effect. 11 12 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 13 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 14 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal 15 and the Surety under this Maintenance bond;and 16 17 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 18 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 19 Worth Division;and 20 21 PROVIDED FURTHER,that this obligation shall be continuous in nature and successive 22 recoveries may be had hereon for successive breaches. 23 24 25 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised luly 1,2011 006119-3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the_ 0110 day of 3,uLx%.e_ 3 20 1�. 4 5 PRINCIPAL: 6 7 Mountain Cascade of Texas, LLC 8 9 10 11 BY: 12 13 Sig ature 14 ATTEST: 15 16 /� 17 �i�U � _ JV'� YZe Pjz f 18 (Principal)Secretary Name and Title 19 20 Address: 21 22 23 11729 East FM 917 24 25 Alvarado,TX 76009 26 27 Witness as to Principal 28 SURETY: CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 006119-4 MAINTENANCE BOND Page 4 of 4 1 2 Liberty Mutual Insurance Company 3 4 5 6 BY: 7 8 Signature 9 10 11 Joshua Sanford, Attorney-In-Fact 12 ATTEST: Name and Title 13 14 Address: 15 JyneII Marie Whitehead 16 (Surety)S09ftetC RY Witness 17 175 Berkeley Street 18 19 Boston, MA 02116 20 21 Witness as to Surety Telephone Number: (617) 357-9500 22 Mercedes Phothirath 23 24 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 25 from the by-laws showing that this person has authority to sign such obligation. If 26 Surety's physical address is different from its mailing address, both must be provided. 27 The date of the bond shall not be prior to the date the Contract is awarded. 28 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO.-02200 Revised July 1,2011 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 8125434 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aiza Anderson;Samuel E.Begun;Saykham Chanthasone;Lorina Monique Garcia;Danielle D.Johnson;Michelle Anne McMahon;Tanya Nguyen; Aimee R.Perondine;Brian Peters;Mercedes Phothirath;Jenny Rose Belen Phothirath;Noah William Pierce;Donna M.Planeta;Joshua Sanford; BethanyStevenson;Eric Strba;Jynell Marie Whitehead all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attorneyArt-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obil0ions,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of ft Gompanles and the corporate seals of the Companies have been affixed thereto this 14th day of June 2018 1ZY INS( nNSUq iy SNS U,u The Ohio Casualty Insurance Company y Liberty Mutual Insurance Company m 0 1419 0 ? 1912 1991 West American Insurance Company N 0 a vj e STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary cc COUNTY OF MONTGOMERY c dO On this 14th da of June 2018 O L is y ,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v H v m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes >,W p 3 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C E m > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 Sp, PACL dST COMMONWEALTH OF PENNSYLVANIA "we Notarial Sew � Q*��- Q tF C.y ti v s v Teresa Paetella,Notary Public By 0 O OF i tipper Merlon Twp.,Montgomery County Teresa Pastella;Notary Pubtic L L air My Commission Expires March 28,2021 is .j��, ]VSY4VP 4a WY ,Member.Pennsylvania Assuciatbn of Notarres IL O 4) e to This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0 p L Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: y'tm y P y. P y 9 ,.o m L ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O e ;) to such limitation as the Chairman or the President may prescribe,shall appoint such ahomeys4n-fact,as may be necessary to act in behalf of the Corporalien to make,execute,seal, W+y O,� acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such atlomeys4n•ract,subject to the limitations set forth in their respective E powers of attomey,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so w p executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >c the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 4.1 C4 M c ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, 00 > W and subject to such Irritations as the chairman or the president may prescribe,shall appoint such attomeys•in-fact,as may be necessary to act in behalf of the Company to make,execute, L- 0 M O 3 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such atterneys4r,-fact subject to the limitations set forth in their c e? Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. O Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attemeys-in- ~,r fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanicafiy reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. f, Renee C. LlewetlM the undersigned, Assistant Secretary, The Ohio Casualty Insurance-Company, Liberty Mutual twwattoe•Company;'and-West American Insurance Company do hereby certify,that the original power of attorney of which the foregoing is.a full,true and correct copy of the PoweCof plt9mey Bxvcuted by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies thisQ --day of 20_� . -j,i INS(/ `Jy,:mcaAr�R2m f,e�pyOgq;Eti O rut9 0 1912 ° 1991 ? 9y. — s a a' = Renee C.Lie ssistant secretary y9�jr�'jrncn:fi�rT2 � 'NLIAt1? 464 of 750 LM5_12M_022017 Liberty Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (1 1 I-1 A) de Texas Consumer Protection(I 1 I-I A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX#(512) 490-1007 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(ktdi.texas.g_ov E-mail: ConsumerProtection(ktdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento(TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-15292 10/15 MOUNCAS-01 TTAGANA ,4coRo CERTIFICATE OF LIABILITY INSURANCE FDATE(IIIMIDDnYYY) `.� 07/23/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: H the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terns and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(*). PRODUCER License 9 OC36861 ACT Laurie Phirippidis Alllant Insurance Services,Inc. PHONE FAX 100 Pine St 11th FI No,E,d: 415 403-1449 ,Ne:(415)874-4818 San Francisco,CA 94111 .Iphirippidis@alliant.com INSURER(S) AFFORDING COVERAGE NAIL/ INSURER A:Old Republic General Insurance Corporation 24139 INSURED INSURER B:Allied World Assurance Company U.S. Inc 19489 Mountain Cascade of Texas,LLC INSURER C: 11729 E.FM 917 INSURER D: Alvarado,TX 76009 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 2,000,000 CLAIMS-MADE [)(]OCCUR X X 1 CGO6911704 10/01/2017 10/01/2018 DAMAGE TO RENTED 100,000 X Contractual Liab.$ 5,000 MED EXP one person) $ X XCU Included PERSONAL 6 ADV INJURY 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE 41000'000 POLICY®jT8 F-1 LOC PRODUCTS-COMP/OP AGG 4,000,000 OTHER: SIR 50,000 A AUTOMOBILE LIABILITYCOMBINED SINGLE LIMIT 2,000,000 X ANY AUTO X X Al CA06911704 10101/2017 1010112018 BODILY INJURY(per OWNED SCHEDULED AU�TEOpS ONLY AUTOS BODILY BODILY INJURY(Per aeddent X AUTOS ONLY X AUTOS ONLY t AMAGE B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 5,000,000 EXCESS LIAB CLAIMS-MADE 03059201 10/01/2017 10/01/2018 AGGREGATE 59000,000 DED RETENTION$ A WORKERS COMPENSATION X I PER OTH- AND EMPLOYERS'LIABILITYANY PROPRIETORMARTNER/EXECUTIVE YIN X 1CW06811704 10/01/2017 10/01/2018 STATUTE F ER1,000,000 FlCERIMEM EXCLUDED? ❑N N/A E.L.EACH ACCIDENT In E.L.DISEASE-EA EMPLOYEE $ 1'000'000 H yes desalts under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS l VEHICLES( 101,Addhlonel Remarks Schedule may be asached N moreapaos In required) Re:City Project No.02200,MCI-TX*88041,Sycamore Creek Relief Interceptor-Phase I The City of Forth Worth,its officers,agents,and employees are included as additional insured as respects General Liability on a primary and non-contributory basis,and Automobile Liability,per the attached endorsements. General Liability,Automobilo Liability and Workers'Compensation waiver of subrogation applies in favor of the above referenced additional Insureds,per the attached endorsements. Excess/Umbrella follows form over GL,Auto and Employers Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas Street Fort Worth,TX 76102 AIRNOR@D 11lIMMlIRATIIIE ACORD 25(2016/03) ©1888-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: Al0006911704 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required by Written Contract As Required by Written Contract Subject to policy terms and conditions Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section Il — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part,by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law;and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement;or Page 2 of 2 ©Insurance Services Office, Inc.,2012 CG 20 10 04 13 POLICY NUMBER: AlCG06911704 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As Required by Written Contract. As Required by Written Contract. Subject to policy terms and conditions. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II —Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Pagel of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Location(s)of Covered Operations Or Organization(s): As required by written contract. As required by written contract Subject to policy terms and conditions Information required to complete this Schedule,if not shown above,will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so,we will share with that other insurance by the method described in paragraph 4.c.of Section IV—Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured Mountain Cascade, Inc. dba Mountain Cascade of Texas LLC Policy Number IAICGO6911704 Endorsement No. Policy Period 10/01/17 to 10/01/18 Endorsement Effective Date: 10/01/2017 Producer's Name: Alliant Insurance Services, Inc. Producer Number. 10/01/2017 AUT ORIZED REP ESENTATIVE DATE CG EN GN 0029 09 OB POLICY NUMBER: AICGO6911704 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ POLICY NUMBER: AICA06911704 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s)who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: 10/01/2017 Countersigned By: Named Insured:Mountain Cascade, Inc. dba Mountain Cascade of Texas LLC Authorized Representative) SCHEDULE Name of Person(s)or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. (If no entry appears above, information required to complete this endorsement will be shown In the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an"insured" for Liability Coverage, but only to the extent that person or organization qualifies as an insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ POLICY NUMBER: AICA06911704 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:Mountain Cascade, Inc. dba Mountain Cascade of Texas LLC Endorsement Effective Date: 10/01/2017 SCHEDULE Name(s)Of Person(s)Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule if not shown above will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the 'loss" under a contract with that person or organization. CA 04 44 03 10 0 Insurance Services Office, Inc., 2009 Page 1 of 1 13 OLD REPUBLIC GENERAL INSURANCE CORPORATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS'COMPENSATION AND EMPLOYERS'LIABILITY INSURANCE 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. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. Named Insured Mounta a arca e, Xnc. dba Mountain Cascade of Texas LLC Policy Number AICW06911704 Endorsement No. 000 Policy Period 10/01/17 to 10/01/18 Endorsement Effective Date: 10/01/2017 Producer's Name: Alliant Insurance Services, Inc. Producer Number: 1 . , 157-�D �� 10/01/2018 THORIZED R P SENTATIVE DATE WC 99 03 15(09/06) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCIION SPFCIFICA IION I)()CUMf'N"FS Revision:Febn n 2.2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article 2—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:Febnray2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials. and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals".............................................................................•.........................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities.......................................... ......................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnnay 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 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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:Febway 2,2016 007200-1 GENERAL CONDITIONS Page I 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:FebnoyZ2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for 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:Febnoy2,2016 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:FebniayZ2016 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 I 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:Febniary2,2016 00 72 00-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting -- An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmayZ2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FelxuayZ2016 00 72 00-1 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:Febnrayy2,2016 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:Febnoy2,2016 00 72 00-I 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:Febnmy2,2016 00 72 00-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmn 2.2016 00 72 00-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkay2,2016 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. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by 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:Febniary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febnuay2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniay 2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febway Z 2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fel miary2.2016 00 72 00- I GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents_ Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSI'RUCTION SPECIFICATION DOCUMENTS Revision:Febrim 2-2016 00 72 00- 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTI I STANDARDCONSIRUCTION SPECIFICATION DOCUMENTS Revision:Febnuaiy2.2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februav2.2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for 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:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended)by the following: I. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or 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:Febniay 12016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penaltyfor 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:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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:Febnary 2,2016 0072 00-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. 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:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .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/taxfonns/93-fonns.htmi 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnuaFy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniay 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 00 72 00-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februay2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy 2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: I. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. 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 ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR 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:Febmay2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februay2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnray2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Liam Conlon, or his/her successor pursuant to written notification from the Director of Water 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:Febnjmy Z 2016 00 72 00-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniaty2,2016 00 72 00-1 GENERAL CONDITIONS I'nee 39 of 63 10.02 Unauthorized Chunges 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 o/'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 Extru 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 Surely 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 OI FORT WOR EH STAN DARD CONSTRUCTION SPECIEICAIION DOCUMENTS Revision:Februxv2,2016 007200-I GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice.- 1. otice: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:Febnuvy 2,2016 00 72 00- I GENERAL CONDITIONS Paue 41 of 6, D. City's written action tinder 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 11.01.13, 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 OP FORD WORTH STANDARD CONSTRUCTION SPECIFICATION D00 MENIS Revision:Febnmy2,2016 00 72 00- 1 GENERAL CONDITIONS PaLe 12 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 Revisions FebnmR,2.2016 00 72 00- 1 GENERAL CONDITIONS Paac 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys. auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0LA.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENFS Revision:Febnm 2.2016 00 72 00- 1 GENERAL CONDITIONS Pate 44 of 6 i 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 Allol7,ance: 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 Unil 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMFNTS Revision FebrumN 2-2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the 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:February 2 2016 00 72 00- I GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.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 12.01.13.2, 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, 11.01.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 11.0I.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaffy Z 2016 00 72 00-1 GENERAL CONDITIONS Paae 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0I.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdnwn 2.2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy 2,2016 00 72 00- 1 GENERAL CONDITIONS I'aee 49 A'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 Iimited to all costs of repair or replacement of work of others), or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City Mary 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 STANDARDCONSIRUCTION SI1ECIFICA1ION DOCUMENTS Revision:Februn,2.2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkiry 2 2016 00 72 00- 1 GENERAL CONDITIONS Paee;I 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 ofDefeclive 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 WORTII STANDARD CONS IRUCIION SPECIFICATION DOCUMENTS Revision:Febnm 2-2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. ApplicationsforPayments: 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:FebnkTv 2.2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of 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:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februay2.2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARDCONSTRUC"TION SPECIFICATION DOCUMENTS Revision:Febni 2,2016 007200-1 GENERAL CONDITIONS Pape 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkgry 2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 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 correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2-2016 00 72 00-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy22016 00 72 00-I GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 00 73 00- 1 SUPPLEMENTARY CONDITIONS Page I 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.I.,"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 April 19,2018: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 if Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised January 22,2016 01 11 00_Summary of Work- 1 SUMMARY OF WORK Pagel of 3 1 SECTION 01 1100 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02200 Revised December 20.2012 01 11 00_Summary of Work-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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02200 Revised December 20,2012 01 11 00_Summary of Work-3 SUMMARY OF WORK 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02200 Revised December 20,2012 01 25 00-1 SUBSTITUTION PROCEDURES Page 1 of 1 SECTION 01 25 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 2500-3 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 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July I,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 9 ITEM 10 11 12 Proposed Substitution: 13 Reason for Substitution: 14 Include complete information on changes to Drawings and/or Specifications which proposed 15 substitution will require for its proper installation. 16 17 Fill in Blanks Below: 18 A. Will the undersigned contractor pay for changes to the building design, including engineering 19 and detailing costs caused by the requested substitution? 20 21 22 B. What effect does substitution have on other trades? 23 24 25 C. Differences between proposed substitution and specified item? 26 27 28 D. Differences in product cost or product delivery time? 29 30 31 E. Manufacturer's guarantees of the proposed and specified items are: 32 33 Equal Better(explain on attachment) 34 The undersigned states that the function, appearance and quality are equivalent or superior to the 35 specified item. 36 Submitted By: For Use by City 37 38 Signature Recommended Recommended 39 as noted 40 41 Firm Not recommended _Received late 42 Address By 43 Date 44 Date Remarks 45 Telephone 46 47 For Use by City: 48 49 Approved Rejected 50 City Date CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 31 19- 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised August 17,2012 01 31 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 01 32 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised August 17,2012 01 31 19-3 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] 1 I END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised August 17,2012 01 31 20- 1 PROJECT MEETINGS Page 1 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 l —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend I Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 31 20-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 0131 20-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 32 16—Construction Progress Schedule- 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 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 1 l 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 32 16_Construction Progress Schedule-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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 32 16—Construction Progress Schedule-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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 32 l6_Construction Progress Schedule-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 1 I 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 l. 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 l) 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 32 16_Construction Progress Schedule-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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1.2011 01 32 33 Preconstruction Video- 1 PRECONSTRUCTION VIDEO Page ] 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July I.2011 01 32 33 Preconstruction Video-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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 33 00 Submittals-1 SUBMITTALS Page I oF8 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 33 00 Submittals-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 l) 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 l. 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 % inches x 11 inches to 8 '/i inches x 1 1 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawi ngs/Sam pies/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20.2012 Of 33 00 Submittals-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 33 00 Submittals-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 1 1) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples,and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 33 00_Subminals-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 l) 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 I of the following codes: 43 a. Code ] 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20.2012 01 33 00—Submittals-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 convection 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20.2012 01 33 00—Submittals-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"RFP'followed by series number, "-xxx", beginning with "01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. if review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 33 00 Submittals-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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20.2012 013513- I SPECIAL PROJECT PROCEDURES Pagc 1 of 9 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 I. Wet Weather Shutdown 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 9 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. Wet Weather Shutdown 13 a. Measurement and for this Item will be per each. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 will be paid for each time a Wet Weather Shutdown is requested by the 17 City 18 c. The price bid shall include: 19 1) Mobilization 20 2) Labor 21 3) Equipment 22 4) Materials 23 d. Other requirements associated with general coordination with private 24 properties, City owned properties, Parks and Community Services maintained 25 properties, including additional employees required to protect the right-of-way 26 and property mentioned above from damage arising out of and/or from the 27 result of implementing the Wet Weather Shutdown or failure of the Contractors 28 Plan or equipment. 29 4. All other items 30 a. Work associated with these Items is considered subsidiary to the various Items 31 bid. No separate payment will be allowed for this Item. 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 38 High Voltage Overhead Lines. 39 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 40 Specification 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Coordination with the Texas Department of Transportation 43 1. When work in the right-of-way which is under the jurisdiction of the Texas 44 Department of Transportation (TxDOT): 45 a. Notify the Texas Department of Transportation prior to commencing any work 46 therein in accordance with the provisions of the permit CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20.2012 01 35 13-3 SPECIAL PROJECT PROCEDURES Pa-e 3 of 9 1 b. All work performed in the TxDOT right-of-way shall be performed in 2 compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines(more than 600 volts measured between 7 conductors or between a conductor and the ground)shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage-type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company(example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After notification coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements have been met. 28 C. Confined Space Entry Program 29 1. Provide and follow approved Confined Space Entry Program in accordance with 30 OSHA requirements. 31 2. Confined Spaces include: 32 a. Manholes 33 b. All other confined spaces in accordance with OSHA's Permit Required for 34 Confined Spaces 35 D. Air Pollution Watch Days 36 1. General 37 a. Observe the following guidelines relating to working on City construction sites 38 on days designated as"AIR POLLUTION WATCH DAYS". 39 b. Typical Ozone Season 40 1) May 1 through October 31. 41 c. Critical Emission Time 42 1) 6:00 a.m.to 10:00 a.m. 43 2. Watch Days 44 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 45 with the National Weather Service, will issue the Air Pollution Watch by 3:00 46 p.m. on the afternoon prior to the WATCH day. 47 b. Requirements CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20.2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 9 1 1) Begin work after 10:00 a.m. whenever construction phasing requires the 2 use of motorized equipment for periods in excess of 1 hour. 3 2) However, the Contractor may begin work prior to 10:00 a.m. if- 4 a) Use of motorized equipment is less than l hour, or 5 b) if equipment is new and certified by EPA as "Low Emitting", or 6 equipment burns Ultra Low Sulfur Diesel (ULSD),diesel emulsions,or 7 alternative fuels such as CNG. 8 E. TCEQ Air Permit 9 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 10 F. Use of Explosives, Drop Weight, Etc. 11 1. When Contract Documents permit on the project the following will apply: 12 a. Public Notification 13 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 14 prior to commencing. 15 2) Minimum 24 hour public notification in accordance with Section 01 31 13 16 G. Water Department Coordination 17 1. During the construction of this project, it will be necessary to deactivate, for a 18 period of time, existing lines. The Contractor shall be required to coordinate with 19 the Water Department to determine the best times for deactivating and activating 20 those I ines. 21 2. Coordinate any event that will require connecting to or the operation of an existing 22 City water line system with the City's representative. 23 a. Coordination shall be in accordance with Section 33 12 25. 24 b. If needed, obtain a hydrant water meter from the Water Department for use 25 during the life of named project. 26 c. In the event that a water valve on an existing live system be turned off and on 27 to accommodate the construction of the project is required, coordinate this 28 activity through the appropriate City representative. 29 l) Do not operate water line valves of existing water system. 30 a) Failure to comply will render the Contractor in violation of Texas Penal 31 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 32 will be prosecuted to the full extent of the law. 33 b) In addition,the Contractor will assume all liabilities and 34 responsibilities as a result of these actions. 35 H. Public Notification Prior to Beginning Construction 36 1. Prior to beginning construction on any block in the project, on a block by block 37 basis, prepare and deliver a notice or flyer of the pending construction to the front 38 door of each residence or business that will be impacted by construction. The notice 39 shall be prepared as follows: 40 a. Post notice or flyer 7 days prior to beginning any construction activity on each 41 block in the project area. 42 1) Prepare flyer on the Contractor's letterhead and include the following 43 information: 44 a) Name of Project 45 b) City Project No(CPN) 46 c) Scope of Project(i.e. type of construction activity) 47 d) Actual construction duration within the block CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 9 1 e) Name of the contractor's foreman and phone number 2 f) Name of the City's inspector and phone number 3 g) City's after-hours phone number 4 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 5 A. 6 3) Submit schedule showing the construction start and finish time for each 7 block of the project to the inspector. 8 4) Deliver flyer to the City Inspector for review prior to distribution. 9 b. No construction will be allowed to begin on any block until the flyer is 10 delivered to all residents of the block. 11 1. Public Notification of Temporary Water Service Interruption during Construction 12 1. In the event it becomes necessary to temporarily shut down water service to 13 residents or businesses during construction, prepare and deliver a notice or flyer of 14 the pending interruption to the front door of each affected resident. 15 2. Prepared notice as follows: 16 a. The notification or flyer shall be posted 24 hours prior to the temporary 17 interruption. 18 b. Prepare flyer on the contractor's letterhead and include the following 19 information: 20 1) Name of the project 21 2) City Project Number 22 3) Date of the interruption of service 23 4) Period the interruption will take place 24 5) Name of the contractor's foreman and phone number 25 6) Name of the City's inspector and phone number 26 c. A sample of the temporary water service interruption notification is attached as 27 Exhibit B. 28 d. Deliver a copy of the temporary interruption notification to the City inspector 29 for review prior to being distributed. 30 e. No interruption of water service can occur until the flyer has been delivered to 31 all affected residents and businesses. 32 f. Electronic versions of the sample flyers can be obtained from the Project 33 Construction Inspector. 34 J. Coordination with United States Army Corps of Engineers(USACE) 35 1. At locations in the Project where construction activities occur in areas where 36 USACE permits are required, meet all requirements set forth in each designated 37 permit. 38 K. Coordination within Railroad Permit Areas 39 1. At locations in the project where construction activities occur in areas where 40 railroad permits are required, meet all requirements set forth in each designated 41 railroad permit. This includes, but is not limited to,provisions for: 42 a. Flagmen 43 b. Inspectors 44 c. Safety training 45 d. Additional insurance 46 e. Insurance certificates CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 9 1 f. Other employees required to protect the right-of-way and property of the 2 Railroad Company from damage arising out of and/or from the construction of 3 the project. Proper utility clearance procedures shall be used in accordance 4 with the permit guidelines. 5 2. Obtain any supplemental information needed to comply with the railroad's 6 requirements. 7 3. Railroad Flagmen 8 a. Submit receipts to City for verification of working days that railroad flagmen 9 were present on Site. 10 L. Dust Control 11 1. Use acceptable measures to control dust at the Site. 12 a. If water is used to control dust, capture and properly dispose of waste water. 13 b. If wet saw cutting is performed, capture and properly dispose of slurry. 14 M. Employee Parking 15 1. Provide parking for employees at locations approved by the City. 16 N. Wet Weather Shutdown 17 1. Wet Weather Shutdown will be required within being given 24 hours of notice by 18 the City. This plan requires the removal of the bypass pumping system from the 19 gravity sewers. The sewer system shall be closed and secured by means of 20 replacing all manholes of placing temporary lids on manholes as specified in the 21 plans. Temporary lids shall be located next to any open manhole for closure of the 22 system within 24 hours. The system will be returned to the City for an amount of 23 time required to allow the wet weather flows to subside. 24 a. Submit a written plan of action for approval for shutting down essential 25 services. Describe the following in the Plan of Action: 26 I) Removing Plugs from City Owned Pipelines 27 2) Restoring permanent or temporary manholes covers. 28 3) Removing equipment from the floodplain 29 4) Maintaining proper equipment and personnel at the site to perform required 30 procedures, including backhoes and forklifts 31 b. Other designated functions 32 1) Plan must be received by the City two(2)weeks prior to beginning the 33 work. 34 1.5 SUBMITTALS 35 A. Wet Weather Shutdown Plan CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 OI 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 9 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 [NOT USED] 5 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3- EXECUTION [NOT USED] 10 END OF SECTION 1] 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 SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 35 13-8 SPECIAI.PRO.IFCT PROCEDURES Page 8 of 9 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 3o 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 CITY OF FORT WORI'I I SYCAMORE CRF.F:K RELIEF INTFRCFPTOR—PHASE I S I ANDARD CONSTRF IC PION SPI CI FICA ]ON DOCUMENTS CITY PROII?Cf NO.-02200 Re%ised December 20.2012 01 35 13-9 SPECIAL PROJECT PROCEDURES Page 9 of 9 EXHIBIT B 2 FORT WORTH Date• DOE NO.%x%% Project Name: 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 45 23_Testing and Inspection Services- I TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES (NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 4523—Testing and Inspection Services-2 TESTINAND INSPECTION SERVICES Page 2 oft 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS I 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 45 25- 1 PIPE LAY PROOFING DEMONSTRATION Page I of 2 SECTION 0145 25 PIPE LAY PROOFING DEMONSTRATION PART1 - GENERAL 1.01 PURPOSE A. The purpose of Proofing Demonstration is to observe and verify viability of the Contractor's intended methods to achieve reliable and repeatable pipe embedment compaction in accordance with the specifications. 1.02 INTENT A. The intent of the Pipe Lay Proofing Demonstration is that the Contractor, Owner, and design Engineer will agree on the standard field approach and level of care to be taken by the installation crews to promote compliance with the specifications, details, manufacturers' recommendations, and accepted industry standards throughout the project. Acceptable embedment density test results shall be based on this trench test performed by the Contractor prior to full scale pipe laying operations at the beginning of the project. 1.03 SAMPLE SIZE A. The Proofing should be demonstrated on at minimum two joints of applicable pipe material and size used on the project. It shall be placed in the project limits and observed during installation by the Inspector, Owner, Design Engineer and others who might have a vested interest in the successful completion of the project. 1.04 TRENCH TEST A. The Contractor shall schedule the demonstration with the Owner at least 14 days in advance. The demonstration shall be performed prior to any open-cut pipe installation. All submittals for pipe and backfill/embedment material shall be complete and approved prior to the demonstration. Changes in the embedment material after completion of the Proofing Demonstration shall require a new Proofing Demonstration, unless specifically waived by the Owner. Such changes after the Proofing Demonstration will require specific, written approval from the Owner. B. The Contractor shall demonstrate the pipe embedment placement and compaction approach in the following manner: 1. Employ all safety procedures that apply to the permanent work. 2. Utilize the same equipment and crews that will be used for the permanent work,to the extent practical. 3. Excavate the trench to the width and minimum depth shown on thedrawings. 4. Prepare the trench subgrade and bedding to the requirements of the specification and trench details. 5. Install and embed one complete section of pipe, extending compacted fill up to the spring line of the pipe using the materials and density requirements specified. Lifting straps shall be left in place. 6. Use bulkheads as needed to allow the specified compaction to extend to within two feet of each end of the pipe section. 7. Testing lab shall perform density tests in the embedment material near the spring line of the pipe at two locations to be designated by the Owner. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I PROJECT NO.-02200 8. Carefully remove the pipe from the trench, preserving the embedment to the extent possible. 9. Testing lab shall perform a second set of in-place density tests on the compacted embedment to verify the Contractor's method has achieved the specified density and uniformity of embedment. Failure of the compacted embedment to hold the shape or achieve the specified density will be a failure of the pipe embedment demonstration. 10. In the event of a failure,the Contractor shall clean the trench to subgrade, adjust his methods and retest, all as needed,to demonstrate acceptable results. 1.05 NOTES A. This process will establish a relationship between the density achieved at the spring line and the density achieved at the haunch area by the Contractor's proposed placement and compaction method. The density at the spring line may have to be higher than the minimum specified density in order to achieve the minimum specified density in the haunch area. The density at the spring line required to achieve the minimum specified density in the haunch area shall be the target density at the spring line, but shall be no less than the minimum specified density. Additional test sections shall be performed for all different embedment materials, or if the Contractor proposes to change methods of placement and compaction. The trench test, including all labor, equipment, and testing, shall be incidental to the pipe laying operations and shall be included in the overall bid price. B. The means, methods, and techniques of placement and compaction shall be the sole responsibility of the Contractor, and the trench test will be considered only as a means to verify that the Contractor's methods are capable of achieving the specified compaction throughout the embedment zone. The actual quality of the embedment and backfill, as compacted, shall be the responsibility of the Contractor and the satisfactory results from the trench test(s)and field density tests shall not be considered as a guarantee of the quality of the Contractor's embedment and backfill operations. C. Angular rock embedment will require vibratory consolidation. 1.06 ACCEPTANCE A. The City Inspector will notify the Project Manager and Engineer of the success or failure(with specific concerns)that occurred during the Trench Test, if not present. The Project Manager will notify the Contractor in writing of the approval of the embedment or rejections and need for new test. PART2 - PRODUCTS 2.01 NOT USED PART3 - EXECUTION 3.01 NOT USED END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I PROJECT NO.-02200 01 50 00 Temporary Facilities and Control- I TEMPORARY FACILITIES AND CONTROLS Page I of 4 1 SECTION 01 50 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July I,2011 01 50 00 Temporary Facilities and Control-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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 50 00 Temporary Facilities and Control-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 J 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 50 00—Temporary Facilities and Control-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 I 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 55 26 Street Use Permit-I STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTI - 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO.IECT NO.-02200 Revised July 1,2011 01 5526 Street Use Permit-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 SUBMITTALSANFORMATIONAL 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 5526 Street Use Permit-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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 57 13 Storm Water Pollution Prevention-I STORM WATER POLLUTION PREVENTION Page I of I 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 57 13 Storm Water Pollution Prevention-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 31 25 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 31 25 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 57 13 Storm Watet Pollution Prevention-3 S FORM WATER POLLUTION PREVENTION Pan 3 o(`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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 1 I 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised.July 1.2011 01 58 13_Temporary Project Signage-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 01 58 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 AOR] 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 58 13_Temporary Project Signage-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 lox] 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 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 OI 58 13_Temporary Project Signage-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July I,2011 01 60 00 Product Requirements- I PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 01 60 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. 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 I. 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 I. 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 60 00—Product Requirements-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..lohnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH SYCAMORE.CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUC LION SPECIFICATION DOCUMEN'fS CITY PROJECT NO.-02200 Revised December 20.2012 01 66 00- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page] of 4 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 6600-2 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 6600-3 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 70 00- 1 MOBILIZATION AND REMOBILIZATION Page I of 5 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation I 1 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised November 22,2016 01 7000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 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 1.2 PRICE AND PAYMENT PROCEDURES 25 1. Mobilization and Demobilization 26 a. Measure 27 1) This Item will be measured by the lump sum or each as the work 28 progresses. Mobilization is calculated on the base bid only and will not be 29 paid for separately on any additive alternate items added to the Contract. 30 2) Demobilization shall be considered subsidiary to the various bid items. 31 b. Payment 32 1) For this Item,the adjusted Contract amount will be calculated as the total 33 Contract amount less the lump sum for mobilization. Mobilization shall be 34 made in partial payments as follows: 35 a) When I%of the adjusted Contract amount for construction Items is 36 earned, 50%of the mobilization lump sum bid or 5 %of the total Contract 37 amount, whichever is less, will be paid. 38 b) When 5%of the adjusted Contract amount for construction Items is 39 earned, 75%of the mobilization lump sum bid or 5%of the total Contract 40 amount, whichever is less, will be paid. Previous payments under the Item 41 will be deducted from this amount. 42 c) When 10%of the adjusted Contract amount for construction Items is 43 earned, 100%of the mobilization lump sum bid or 5% of the total Contract 44 amount,whichever is less, will be paid. Previous payments under the Item 45 will be deducted from this amount. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised November 22,2016 01 7000-3 MOBILIZATION AND RF.MOBILIZATION Page 3 of 5 I d)A bid containing a total for"Mobilization" in excess of 5% of total 2 contract shall be considered unbalanced and a cause for consideration 3 of rejection. 4 e)The Lump Sum bid for"Mobilization—Paving/Drainage"shall NOT 5 include any cost or sum for mobilization items associated with 6 water/sewer items. Those costs shall be included in the various 7 water/sewer bid Items. Otherwise the bid Items shall be considered 8 unbalanced and a cause for consideration of rejection. 9 f) The Lump Sum bid for"Mobilization—Paving"shall NOT include 10 any cost or sum for mobilization items associated with drainage items. 11 Those costs shall be included in the "Mobilization—Drainage"Lump 12 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 13 and a cause for consideration of rejection. 14 g) The Lump Sum bid for"Mobilization—Drainage"shall NOT 15 include any cost or sum for mobilization items associated with paving 16 items. Those costs shall be included in the "Mobilization—Paving" 17 Lump Sum bid Item. Otherwise the bid Items shall be considered 18 unbalanced and a cause for consideration of rejection. 19 2) The work performed and materials furnished for demobilization in 20 accordance with this Item are subsidiary to the various Items bid and no other 21 compensation will be allowed. 22 3) 23 2. Remobilization for suspension of Work as specifically required in the Contract 24 Documents 25 a. Measurement 26 1) Measurement for this Item shall be per each remobilization performed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price per each "Specified Remobilization" in accordance with Contract 31 Documents. 32 c. The price shall include: 33 1) Demobilization as described in Section 1.1.A.2.a.1) 34 2) Remobilization as described in Section 1.1.A.2.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 3. Remobilization for suspension of Work as required by City 38 a. Measurement and Payment 39 1) This shall be submitted as a Contract Claim in accordance with Article 10 40 of Section 00 72 00. 41 2) No payments will be made for standby, idle time, or lost profits associated 42 with this Item. 43 4. Mobilizations and Demobilizations for Miscellaneous Projects 44 a. Measurement 45 1) Measurement for this Item shall be for each Mobilization and 46 Demobilization required by the Contract Documents 47 b. Payment CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised November 22,2016 01 7000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 5 1 1) The Work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price per each "Work Order Mobilization" in accordance with Contract 4 Documents. Demobilization shall be considered subsidiary to mobilization 5 and shall not be paid for separately. 6 c. The price shall include: 7 1) Mobilization as described in Section 1.1.A.3.a.1) 8 2) Demobilization as described in Section 1.I.A.3.a.2) 9 d. No payments will be made for standby, idle time, or lost profits associated this 10 Item. 11 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under"Measurement" will be paid for at the unit 18 price per each"Work Order Emergency Mobilization" in accordance with 19 Contract Documents. Demobilization shall be considered subsidiary to 20 mobilization and shall not be paid for separately. 21 c. The price shall include 22 I) Mobilization as described in Section I.1.A.4.a) 23 2) Demobilization as described in Section 1.1.A.3.a.2) 24 d. No payments will be made for standby, idle time, or lost profits associated this 25 Item. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS [NOT USED] 29 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2- PRODUCTS [NOT USED] 37 PART 3- EXECUTION [NOT USED] 38 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised November 22,2016 01 7000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen I.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 2 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised November 22,2016 017123- I CONSTRUCTION STAKING AND SURVEY Page I of 8 1 SECTION 0171 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. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for"Construction Staking". 20 2) Payment for"Construction Staking' shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of"cut sheets" using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump Sum price bid for"As-Built Survey". CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised February 14,2018 01 71 23-2 CONS 1W VI[ON STAKING AND SURVEY Page 2 of 8 1 2) Payment for"Construction Staking'' shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 l) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As-built Survey—The measurements made atter the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking—The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey"Field Checks"—Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 l. City of Fort Worth—Construction Staking Standards (available on City's Buzzsaw 27 website)—01 71 23.16.01_Attachment A—Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl)files(available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH SYCAMORE:CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised February 14,2018 01 71 23-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 —Attachment A— Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B.As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A 10 —Survey Staking Standards). 11 2. Contractor shall submit the proposed as-built and completed redline drawing 12 submittal one (1)week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as-built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re-stake for any reason,the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City,a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut,the Contractor shall perform 41 construction survey and verify control data including, but not limited to,the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised February 14,2018 01 71 23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish al I lines and 5 grades, if requested,and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances(as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 18 1. Required As-Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as-built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12"and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as-built survey including the elevation and 31 location (and provide written documentation to the City)of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub-outs, dead-end lines 41 (5) Casing pipe(each end)and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines(non-gravity facilities)at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater—Not Applicable CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised February 14,2018 01 71 23-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as-built survey including the elevation and 2 location (and provide written documentation to the City)of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults(All sizes) 10 d) Fire hydrants 11 e) Valves(gate, butterfly, etc.) 12 f) Air Release valves(Manhole rim and vent pipe) 13 g) Blow off valves(Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater—Not Applicable 25 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2- PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations(benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities,easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing,when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent(817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD(.dwg) 44 b. ESRI Shapefile(.shp) CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised February 14,2018 01 71 23-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file(.csv), formatted with X and Y coordinates in separate columns(use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3- EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft.tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line,these facilities should be staked with an accuracy producing no 23 more than 0.05ft.tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions,corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised February 14,2018 01 71 23-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR/RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City,the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey"Field Check"of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD los] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at anytime deemed 23 necessary. 24 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised February 14,2018 01 7123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance:added PART 2—PRODUCTS; Added 3.1 Installers:added 3.5 Repair/Restoration:and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "afteC'construction;and revised acceptable digital survey file format I CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised February 14,2018 Fo 'K"h T WO RT H Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 S:\Survey Staking Standards\Survey Staking Standards- February 2017.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess_l)df) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey S:\Survey Staking Standards\Survey Staking Standards- February 2017.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER " III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub (2"x2" min.square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes_ Not required PK or Mag nails 1" long Iron Rods(1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers(feathers) 6" long Tacks(for marking hubs) 3/4" long S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for'Zoning Maps'. Under'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines,and rough-grade only. No GPS staking for concrete,sanitary sewer,storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete,or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example: GEOID12A S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert—Conformal—Conic Fa Ise_Ea sti ng: 1968500.00000000 False-Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude—Of—Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS—North—American-1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Pre erred File Naminq_Convention below F. Preferred Deliverable Format .txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format:City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1:C1234—As-built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2:C1234—As-built of Water on Main Street—Project Specific Datum.csv S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 5 of 22 Example Control Stakes CL < 77 LIJ m > LJ Li .......................... 1016 EL.= 100.00' -D 1—i! C zi LJ LI < D < Li LLJ n < LIJ LLj m —A < ......................................... ............... ............................ ... ....... CP #1 N=5000.00 E=5000.00 S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 6 of 22 V. Water Staking Standards A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 7 of 22 Example Water Stakes 7" -7 0/S W/L STA=2+0 LLJ U < 7' 0/S W1 +72-81 F C-3.81LL- LLJ U� [!17 EL- 101,16- m Jit U 1 7' 0/5'(L W1 F'-3.7E3 L ST A=0+00 ............................... LLJ In- <) 11�01 EL- IOG,00',iL co S:\Survey Staking Standards\Survey Staking Standards- February 2017.docx Page 8 of 22 VI. Sanitary Sewer Staking A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking Il. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole,each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor if. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 9 of 22 Example Sanitary Sewer Stakes r n W , w F— 0 i•^'/S SS STA=3+>~m II<V) C-4-11 <Z C-4ull - � -- IIII t w f r p � � =� M 1 C7 ti f Z 5 W l -Z STA-34-71M 1 4? ` Q i12`.Q 5 SS = SiA-3+71M �N C-3� C�"' C-3u � F 6 f $ -- / - IMI W .. 114= II y fl W i-. WL C31 `r u, F v 5 L w r La Q i-, 7. 0/S � SS C-4-R = s � w � Il -- NLL iV 2 � 4 AJ. 5 � t7. Y V t} �,1 .i 4 fn ��•• C7 - 7 TO J I 5 k U i / = f SfA�D•FDO? `\2�,G-5� �Vih C 5� ..F+0 LL- LLI C3i ' .— Ur'� � .� < 1`12;}O�S 55 I II SiA-�0+00�11�x CLL- u ., rzz LL o Lzz rr i Ol i- t✓ W' S w 7. ci S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 10 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00' total length III. Recessed 10' Inlet=20.00' total length IV. Standard double 10' inlet=26.67' total length V. Recessed double 10' inlet= 30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor Il. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 11 of 22 Example Storm InletStakes FRONT FRONT (SIDE FACING (L-) (SIDE FACING ¢) � lL. 2 6 . \ o) . . � \} 6 DES U AGK edGD e .� � a ( / BACK ( BACK � $ ' 2 ! . � _w ; AE_<FLC< IDENTIFIES +gym . mml _e l A D,OF THE AO !w#� {§ e «T ac BEING STAKED , . _aSre INLET STATION _azv.m : f : f NOTED ON PLAN m /( ; f | /MEe «te( r . m TOP »e + ; • + , o: o � ro� / IDENTIFIES GRA: FL n) TOSMI n : ■) p! DISTANCES FOR £E ` STANDARD« - « RECESSED i . 2d STANDARD DOUBLE # . zs ---- -- wswm �w ; ----- ----------- L L \ i I I A _LET I I @ © i _w_« 7 »m _ Z• > _ BACK OF GR r a=eINLET FACEmINLET R-O_m ,M7% EMEr� EDGE oF_ENT ry A wiser EDGE -fENT S:\Survey Staking stn ar Asurve Staking Standards-February 2017.docx Page 12o22 VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50'on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING } 0 o FRONT FRONT (SDE FACING POINT-T FRONT (51DE FACING 1 EMTME5 START=n . SIDE PAGING �} H. FON of p_�I VA•TURE { N W C_ m p D C ,}T Z� X IPT BACK ' IDUI . QFF5FT 15 TO 2.DF£TPr' DFF.0(SIDE FACING R.O.W.) CCUF9 o 'a z ~ O I I I I RCINT 11 N-I I I I r' }.--- I,.Q{i':FES C??nC'E IS II :l �T��3 FO x o: 1J : r , r r r � r i TOP 13F CURE PACK OF CURB FACEOF CURE'" I Ir� �J�lYl L ` t FLOKI NE EDGE OF PAVEMENT S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 13 of 22 Example Curb & Gutter Stakes at Intersection z q 5 M, Q 0 IQ- o ' /sl.,F- LLJ c 0 L! 3 t -C r m ri edn:) io move 6,w n 6 U; GkInD JO move < '031.r- ,\ 6 zr ... ........—- S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 14 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent(see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _CUT + FILL -LT/+RT GRADE ELEV. S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 15 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section IV. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 16 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND"to notify the City. L I.: 44 ` eft!! i t s li� ! !I x• f'tt EE�.j I is 1'd +F n 1 S I ill os+roes 3Nn mumm r= I r 117 kt ' ` — •r� l - —_ -- �t L ✓r I I C < 1 E r CA U1111 _ w�011 r p : S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 17 of 22 iftato SrSrADim-OWL M'.LUtD LN RDl SEA 0•ST17D-W WL EXIST.f]47 LO 12 WL fFLOED 6'tJ RENGV£ 6 SALVAf,E EXIST. ' pme.IZWATER GATE YA(YE Q REDW800 ER f LAST INSTA 7 TO EX75f. LEE ER r17 PTFE /NIZX I REDW/D SLEEVE SISTALUQEV-OWL rlZ.0 HDQ)Z•BEND - r!2X sR£lt1C£R lNSTA(L Fw N•71^05_1,'T026vh?3F1 2 PC w.F4v�•IGayZr`G4KlAEr`r6nVALVE rS-Ct /Thh, iK•N.�e�'0-16VERT. BjE/AD�f FFf E-2110 ff I FIRE Iw y r« IZ �� "`'•t� �' ��`� �_ ;�;�' ,/ ADT/ ELEV.6 N Tzo RE" E EXIST. \ 77 !Z WATER . 11 to .. sm: `t TBY'2 .. O 7 -r----r-- -� T1ty.T3n+2 O rf 12WATER /f c f ✓!� ":V • '.. '4. / 3/ J fi ,r i r �� ~�a P` PROPOSED °• ;9 /•%r/1 :• ��� SANITARY S! EnST.GArE VALVE �� SEE SHEET STA&32M->? tD7 A 1l/ OWSTALL I.A16W07 ERE.BFYD ✓. ,WtMOV7.489I E-22'. NS-W2 STA 0{llDO-7 WE rfL0/D dil STA P57S8^1Z STA 058 !ZW .. INSTALL INSTAW ArSTAIL I-Le AU SOW SLEEVE f 1245 VEAIT.HEYD h I2 fSVERT.BEND 57 LF OF f2'WATE77 PIPE N•(z;gc5S5w N 6917052903 CDVEVr TO EXIST.IZWAT£R E-729M]F.W? E-Z?9MA,70 N'•6 WI45SM E-21296309-V36 PI - .- _ -- S:\Survey Staking Standards\Survey Staking Standards- February 2017.docx Page 18 of 22 OW.-4 s • i t 0 <�F'� y'31 ai SS �a-0 vAl3luI �!.y CM3r — --��- L- I 5t + A kI 114. S:\Survey Staking Standards\Survey Staking Standards-February 2017.docx Page 19 of 22 Y _--c -xx�c x=cx=x==xx=c====_-_� s�ac=-----=--=cx --. ------------- --- - ---=cam ------------------_--- �x�-- ---------------- ---__ ---- --------- c��o---ms==xc- � ==x=� x_=c_c_=c_xc====o===x===; = ���a���sasrsa=mss =o== -_-- - x_=--- MOMMM �?a-tea•--��r-?��=���3���:�^,,r_-=.�-_-���=__ _ r.a��_'_-`�__ -i-- II II 1 • Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING EASTING ELEV, DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM T}- 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM 16 6945835.678 2295799.707 707.774 SSMH RIM r 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM #; 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM r 27 6945519.834 2295619.49 732.689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIM x. 32 6945383.53 2295610.559 740.408 FH 33 6945321..228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 55MH RIM 37 6945206.483 2295529.305 751.058 WM RIM ' 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM -w 42 6945038.878 2295552.147 751.88 WM RIMr , 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM S:\Survey Staking Standards\Survey Staking Standards- February 2017.docx Page 21 of 22 C Other preferred as-built deliverable Some vndor have indicated that itiseasier to deliver this information in adifferent format. Below is ane amplespreadsheet thatis also acceptable and can be obtained by request from the sure superintendent - � � ... _ ! \ z — — — --- S - � - �§ ■ —--- -—--———------- :L i / . . . . . . �. . .. . . S:\Survey Staking Standar Amre Staking Standars-February2 p.d u A 22 of 22 01 74 23- 1 CLEANING Page 1 44 I 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 I. 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 I. 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 7423-2 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 WORTI4 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July I,2011 01 7423-3 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 1 I 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 l. 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 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 SUMMARY OF CHANGE 10 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 77 19- 1 CLOSEOUT REQUIREMENTS Page I 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 ] -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 INOT 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 77 19-3 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 10111 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 INOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 7823- 1 OPERATION AND MAINTENANCE DATA Paye 1 of I 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 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Fonnat 33 a. Size: 8 '/ inches x 1 1 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20.2012 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 I 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 I) 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCIiON SPFCIFICA iION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 7823-3 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 7823-5 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised December 20,2012 01 78 39-1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 01 78 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 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 7839-2 PROJECT RECORD DOCUMENTS Paee 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 I. 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 l 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCl1MEN FS CITY PROJECT NO.-02200 Revised July 1,2011 01 78 39-3 PROJECT RECORD DOCUMENTS Paac 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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 o4`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 1 1 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [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 SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1.2011 051000- 1 METAL FABRICATIONS Paye 1 of I 1 SECTION 05 50 00 METAL FABRICATIONS PART 1 GENERAL 1.1 RELATED DOCUMENTS AND SECTION A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. B. Section 09928—Protective Coating Systems. 1.2 SUMMARY A. Section Includes: 1. Steel framing and supports for mechanical and electrical equipment. 2. Steel framing and supports for applications where framing and supports are not specified in other Sections. 3. Metal bollards. 4. Loose bearing and leveling plates for applications where they are not specified in other Sections. 5. Driveway access gates and posts B. Products furnished, but not installed, under this Section: 1. Anchor bolts, steel pipe sleeves, slotted-channel inserts, and wedge-type inserts indicated to be cast into concrete or built into unit masonry. 2. Steel weld plates and angles for casting into concrete for applications where they are not specified in other Sections. 1.3 PERFORMANCE REQUIREMENTS A. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on exterior metal fabrications by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. 1.4 ACTION SUBMITTALS A. Product Data: For the following: I. Nonslip aggregates and nonslip-aggregate surface finishes. 2. Paint products. 3. Grout. B. Shop Drawings: Show fabrication and installation details for metal fabrications. CITY 01 FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 055000-2 METAL FABRICATIONS Page 2 of 11 1. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Samples for Verification: For each type and finish of extruded nosing and tread. D. Delegated-Design Submittal: For installed products indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified professional engineer. B. Mill Certificates: Signed by manufacturers of stainless-steel certifying that products furnished comply with requirements. C. Welding certificates. D. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers certifying that shop primers are compatible with topcoats. 1.6 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code- Steel." B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code- Steel." 2. AWS D1.2/D1.2M, "Structural Welding Code- Aluminum." 3. AWS D1.6, "Structural Welding Code - Stainless Steel." 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. 1.8 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of anchorages and steel weld plates and angles for casting into concrete. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 055000-3 METAL FABRICATIONS Page 3 of I 1 PART 2 PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks,roller marks, rolled trade names, or blemishes. 2.2 FERROUS METALS A. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent. B. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. C. Stainless-Steel Sheet, Strip, and Plate: ASTM A 240/A 240M or ASTM A 666, Dual Certified, Type 304/304L or Type 316/316L as shown on the Drawings. D. Stainless-Steel Bars and Shapes: ASTM A 276, Dual Certified, Type 304/304L or Type 316/316L as shown on the Drawings. E. Rolled-Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. F. Rolled-Stainless-Steel Floor Plate: ASTM A 793. G. Abrasive-Surface Floor Plate: Steel plate with abrasive material metallically bonded to steel. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. IKG Industries, a division of Harsco Corporation; Mebac. b. SlipNOT Metal Safety Flooring, a W. S. Molnar company; SlipNOT. C. Or approved equal. H. Steel Tubing: ASTM A 500, cold-formed steel tubing. I. Steel Pipe: ASTM A 53/A 53M, standard weight (Schedule 40) unless otherwise indicated. J. Slotted Channel Framing: Cold-formed metal box channels (struts) complying with MFMA-4. 1. Size of Channels: As indicated on Drawings. 2. Material: Galvanized steel, ASTM A 653/A 653M, structural steel, Grade 33, with G90 coating; 0.079-inch nominal thickness. 3. Material: Cold-rolled steel, ASTM A 1008/A 1008M, structural steel, Grade 33; 0.0966-inch minimum thickness; hot-dip galvanized after fabrication. K. Cast Iron: Either gray iron, ASTM A 48/A 48M, or malleable iron, ASTM A 47/A 47M, unless otherwise indicated. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 055000-4 METAL FABRICATIONS Page 4 of 11 2.3 NONFERROUS METALS A. Aluminum Plate and Sheet: ASTM B 209, Alloy 6061-T6. B. Aluminum Extrusions: ASTM B 221, Alloy 6063-T6. C. Aluminum-Alloy Rolled Tread Plate: ASTM B 632/13632M, Alloy 6061-T6. D. Aluminum Castings: ASTM B 26/1326M, Alloy 443.0-F. E. Bronze Plate, Sheet, Strip, and Bars: ASTM B 36/13 36M, Alloy UNS No. C28000 (muntz metal, 60 percent copper). F. Bronze Extrusions: ASTM B 455, Alloy UNS No. C38500 (extruded architectural bronze). G. Bronze Castings: ASTM B 584, Alloy UNS No. C83600 (leaded red brass) or No. C84400 (leaded semired brass). H. Nickel Silver Extrusions: ASTM B 151B 151M, Alloy UNS No. C74500. I. Nickel Silver Castings: ASTM B 584, Alloy UNS No. C97600 (20 percent leaded nickel bronze). 2.4 FASTENERS A. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, at exterior walls where specified to be painted. Select fasteners for type, grade, and class required. 1. Provide Type 316 stainless-steel fasteners for fastening aluminum. 2. Provide Type 316 stainless-steel fasteners for fastening stainless steel. 3. Provide Type 316 stainless-steel fasteners for fastening nickel silver. 4. Provide bronze fasteners for fastening bronze. B. Eyebolts: ASTM A 489. C. Machine Screws: ASME B 18.6.3. D. Lag Screws: ASME B 18.2.1. E. Wood Screws: Flathead, ASME B18.6.1. F. Plain Washers: Round, ASME B 18.22.1. G. Lock Washers: Helical, spring type, ASME 1318.21.1. H. Slotted-Channel Inserts: Cold-formed, hot-dip galvanized-steel box channels (struts) complying with MFMA-4, 1-5/8 by 7/8 inches by length indicated with anchor straps or studs not less than 3 inches long at not more than 8 inches o.c. Provide with temporary filler and tee-head bolts, complete with washers and nuts, all zinc-plated to comply with ASTM B 633, Class Fe/Zn 5, as needed for fastening to inserts. 2.5 MISCELLANEOUS MATERIALS CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 055000-5 METAL FABRICATIONS Page 5 of 11 A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Low-Emitting Materials: Paints and coatings shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Shop Primers: Provide primers that comply with Specification Section 09928, Protective Coating Systems. D. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer complying with MPI#79 and compatible with topcoat. 1. Use primer containing pigments that make it easily distinguishable from zinc-rich primer. E. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. F. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. G. Non-shrink Grout: As specified in Section 03605,Non-Shrink Grout. H. Concrete: Comply with requirements in Division 3 Section "Cast-in-Place Concrete" for normal-weight, air-entrained, concrete with a minimum 28-day compressive strength of 3000 psi. 2.6 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 055000-6 METAL FABRICATIONS Page 6 of I I F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat-head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. 1. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, 1/8 by 1-1/2 inches, with a minimum 6-inch embedment and 2-inch hook, not less than 8 inches from ends and corners of units and 24 inches o.c., unless otherwise indicated. 2.7 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts for units installed after concrete is placed. C. Fabricate supports for operable partitions from continuous steel beams of sizes indicated with attached bearing plates, anchors, and braces as indicated. Drill or punch bottom flanges of beams to receive partition track hanger rods; locate holes where indicated on operable partition Shop Drawings. D. Fabricate steel girders for wood frame construction from continuous steel shapes of sizes indicated. 1. Provide bearing plates welded to beams where indicated. 2. Drill or punch girders and plates for field-bolted connections where indicated. 3. Where wood nailers are attached to girders with bolts or lag screws, drill or punch holes at 24 inches o.c. E. Fabricate steel pipe columns for supporting wood frame construction from steel pipe with steel baseplates and top plates as indicated. Drill or punch baseplates and top plates for anchor and connection bolts and weld to pipe with fillet welds all around. Make welds the same size as pipe wall thickness unless otherwise indicated. 1. Unless otherwise indicated, fabricate from Schedule 40 steel pipe. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 055000-7 METAL FABRICATIONS Page 7 of 11 2. Unless otherwise indicated, provide 1/2-inch baseplates with four 5/8-inch anchor bolts and 1/4-inch top plates. F. Galvanize miscellaneous framing and supports where indicated. G. Prime miscellaneous framing and supports with primer specified in Specification Section 09928, Protective Coating Systems where indicated. 2.8 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. 1. Provide with integrally welded steel strap anchors for embedding in concrete or masonry construction. C. Galvanize exterior miscellaneous steel trim. D. Prime exterior miscellaneous steel trim with primer specified in Specification Section 09928, Protective Coating Systems. 2.9 METAL BOLLARDS,GATES,AND POSTS A. Fabricate metal bollards, gates, and posts from Schedule 80 steel pipe. 1. Cap bollards with 1/4-inch- thick steel plate. B. Prime bollards, gates, and posts with primer specified in Specification Section 09928, Protective Coating Systems. 2.10 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction. Drill plates to receive anchor bolts and for grouting. B. Galvanize plates. C. Prime plates with primer specified in Specification Section 09928, Protective Coating Systems. 2.11 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from concrete construction as needed to complete the Work. Provide each unit with no fewer than two integrally welded steel strap anchors for embedding in concrete. 2.12 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 05 5000-8 METAL FABRICATIONS Page 8 of 1 I C. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.13 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed-on fireproofing, or masonry, or unless otherwise indicated. 1. Shop prime with primers specified in Specification Section 09928, Protective Coating Systems. C. Preparation for Shop Priming: Prepare surfaces in accordance with Specification Section 09928, Protective Coating Systems. D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, 'Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. 1. Stripe paint corners,crevices, bolts,welds, and sharp edges. 2.14 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. B. As-Fabricated Finish: AA-M10 (Mechanical Finish: as fabricated, unspecified). Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker)complying with AAMA 611. PART 3 EXECUTION 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot- dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 055000-9 METAL FABRICATIONS Page 9 of 11 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws,wood screws, and other connectors. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry,or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals with the following: 1. Cast Aluminum: Heavy coat of bituminous paint. 2. Extruded Aluminum: Two coats of clear lacquer. 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. B. Anchor supports for operable partitions securely to and rigidly brace from building structure. C. Support steel girders on solid grouted masonry, concrete, or steel pipe columns. Secure girders with anchor bolts embedded in grouted masonry or concrete or with bolts through top plates of pipe columns. 1. Where grout space under bearing plates is indicated for girders supported on concrete or masonry, install as specified in "Installing Bearing and Leveling Plates"Article. D. Install pipe columns on concrete footings with grouted baseplates. Position and grout column baseplates as specified in "Installing Bearing and Leveling Plates" Article. 1. Grout baseplates of columns supporting steel girders after girders are installed and leveled. 3.3 INSTALLING METAL BOLLARDS AND POSTS A. Fill metal-capped bollards and posts solidly with concrete and allow concrete to cure seven days before installing. 1. Do not fill removable bollards with concrete. B. Anchor bollards to existing construction with expansion anchors, anchor bolts, or through bolts. Provide four 3/4-inch bolts at each bollard unless otherwise indicated. 1. Embed anchor bolts at least 4 inches in concrete. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 05 50 00- 10 METAL FABRICATIONS Page 10 of 11 C. Anchor bollards and posts in concrete in formed or core-drilled holes not less than 8 inches deep and 3/4 inch larger than OD of bollard. Fill annular space around bollard solidly with non-shrink, non-metallic grout; mixed and placed to comply with grout manufacturer's written instructions. Slope grout up approximately 1/8 inch toward bollard. D. Anchor bollards and posts in place with concrete footings. Center and align bollards in holes 3 inches above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and brace bollards in position until concrete has cured. E. Anchor internal sleeves for removable bollards in formed or core-drilled holes not less than 8 inches deep and 3/4 inch larger than OD of sleeve. Fill annular space around internal sleeves solidly with non-shrink, nonmetallic grout; mixed and placed to comply with grout manufacturer's written instructions. Slope grout up approximately 1/8 inch toward internal sleeve. F. Anchor internal sleeves for removable bollards in place with concrete footings. Center and align sleeves in holes 3 inches above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and brace sleeves in position until concrete has cured. G. Place removable bollards over internal sleeves and secure with 3/4-inch machine bolts and nuts. After tightening nuts, drill holes in bolts for inserting padlocks. District will furnish padlocks. H. Fill bollards and posts solidly with concrete, mounding top surface to shed water. 1. Do not fill removable bollards with concrete. 3.4 INSTALLING BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond-reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout. 1. Use non-shrink grout, either metallic or nonmetallic, in concealed locations where not exposed to moisture; use non-shrink, nonmetallic grout in exposed locations unless otherwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 05 50 00-11 METAL FABRICATIONS Page 11 of 11 3.5 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Section 09928, Protective Coating Systems. C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 3292 13.1 - I HYDROMULCHING AND SEEDING FOR TRVA TRINITY TRAILS AREA Page 1 of 6 1 SECTION 32 92 13.1 2 HYDROMULCHING AND SEEDING FOR TRVA TRINITY TRAILS AREA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing permanent seeding as shown on Drawings, or as directed. 7 B. Related Specification Sections include, but are not necessarily limited to: 8 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 9 2. Division 1 - General Requirements 10 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Seeding 14 a. Measurement 15 1) Measurement for this Item shall be by the square yard of Seed spread. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under"Measurement"will be paid for at the unit 19 price bid per square yard of Seed placed for various installation methods. 20 c. The price bid shall include: 21 1) Furnishing and placing all Seed 22 2) Furnishing and applying water for seed fertilizer 23 3) Slurry and hydraulic mulching 24 4) Fertilizer 25 5) Watering and mowing(until established) 26 6) Disposal of surplus materials 27 2. Mowing 28 a. Measurement 29 1) Measurement for this Item shall per each. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price bid per each. 34 1.3 REFERENCES [NOT USED] 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 ACTION SUBMITTALS [NOT USED] 37 1.6 INFORMATIONAL SUBMITTALS 38 A. Seed 39 1. Vendors' certification that seeds meet Texas State seed law including: 40 a. Testing and labeling for pure live seed (PLS) 41 b. Name and type of seed CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 3292 13.1 -2 HYDROMULCHING AND SEEDING FOR TRVA TRINITY TRAILS AREA Page 2 of 6 1 2. All seed shall be tested in a laboratory with certified results presented to the City in 2 writing, prior to planting. 3 3. All seed to be of the previous season's crop and the date on the container shall be 4 within 12 months of the seeding date. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING 9 A. Seed 10 1. If using native grass or wildflower seed, seed must have been harvested within 100 11 miles of the construction site. 12 2. Each species of seed shall be supplied in a separate, labeled container for 13 acceptance by the City. 14 B. Fertilizer 15 1. Provide fertilizer labeled with the analysis. 16 2. Conform to Texas fertilizer law. 17 1.11 FIELD [SITE] CONDITIONS 18 A. Site Conditions 19 1. The site may be subject to inundation during the work of this contract especially in 20 the areas of seeding within the Sycamore Creek banks. The Contractor shall bear 21 the cost of reseeding areas damaged by rainfall/temporary irrigation and erosion at 22 no additional cost to the City. 23 2. If Contractor fails to establish a good stand of grass, he shall reseed according to 24 season. 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS AND EQUIPMENT 29 A. Materials 30 1. Seed 31 a. General 32 1) Plant all seed at rates based on pure live seed(PLS) 33 a) Pure Live Seed (PLS)determined using the formula: 34 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination+ 35 Percent Firm or Hard Seed)+ 1001 36 2) Availability of Seed 37 a) Substitution of individual seed types due to lack of availability may be 38 permitted by the City at the time of planting. 39 b) Notify the City prior to bidding of difficulties locating certain species. 40 3) Weed seed CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 3292 13.1-3 HYDROMULCHING AND SEEDING FOR TRVA TRINITY TRAILS AREA Page 3 of 6 1 a) Not exceed 0.5 percent by weight of the total of pure live seed(PLS) 2 and other material in the mixture 3 b) Seed not allowed: 4 (1) Johnsongrass 5 (2) Nutgrass seed 6 4) Harvest seed within 1-year prior to planting 7 b. Non-native Grass Seed (Temporary Seeding) 8 1) Temporary Erosion Control Seed shall be Cereal Rye Grain. 9 a) Plant between September 15 and April 15 (cool season) 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multiorum 85 90 11 c. Native Grass Seed 12 1) Plant between April 15 and Sept 15. 13 a) Blackland Prairie Mix: (from Native American Seed 14 www.seedsource.com). Seed at 8 pounds per acre. 15 (1) American Basketflower 16 (2) Big Bluestem 17 (3) Black-eyed Susan 18 (4) Blue Grama 19 (5) Broomsedge Bluestem 20 (6) Broomweed 21 (7) Buffalograss 22 (8) Butterfly Weed 23 (9) Cane Bluestem 24 (10) Clasping Coneflower 25 (11) Cutleaf Daisy 26 (12) Eastern Gamagrass 27 (13) Foxglove 28 (14) Gayfeather 29 (15) Illinois Bundleflower 30 (16) Indian Blanket 31 (17) Indian Grass 32 (18) Lemon Mint(Beebalm) 33 (19) Little Bluestem 34 (20) Maximillian Sunflower 35 (21) Partridge Pea 36 (22) Pink Evening Primrose 37 (23) Pink Tridens 38 (24) Pitcher Sage 39 (25) Plains Coreopsis 40 (26) Prairie Wildrye 41 (27) Purple Prairie Clover 42 (28) Purpletop 43 (29) Sideoats Grama 44 (30) Spiderwort 45 (31) Texas Cupgrass 46 (32) Texas Grama 47 (33) Texas Yellow Star CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3292 13.1 -4 HYDROMULCHING AND SEEDING FOR TRVA TRINITY TRAILS AREA Page 4 of 6 1 (34) Upland Switchgrass 2 2. Mulch 3 a. Wood cellulose fiber mulch for seeded areas less than 5:1 slope is preferred 4 since it will not introduce weed seed on the site. Wood cellulose fiber produced 5 from virgin wood or recycled paper-by-products(waste products from paper 6 mills or recycled newspaper). 7 1) Use recovered materials of either paper-based (100 percent)or wood-based 8 (100 percent)hydraulic mulch. Processed to contain no growth or 9 germination-inhibiting factors and dyed an appropriate color to facilitate 10 visual metering of materials application. Composition on air-dry weight 11 basis: less than or equal to 10 percent moisture, pH range from 5.5 to 8.2. 12 Use with hydraulic application of grass seed and fertilizer. 13 b. Form a strong moisture retaining mat. 14 3. Fertilizer 15 a. Acceptable condition for distribution 16 b. Applied uniformly over the planted area 17 c. Analysis 18 1) 16-20-0 19 2) 16-8-8 20 d. Fertilizer rate: 21 1) Not required for wildflower seeding 22 2) Newly established seeding areas- 100 pounds of nitrogen per acre 23 3) Established seeding areas- 150 pounds of nitrogen per acre 24 4. Topsoil: See Section 32 91 19. 25 5. Water: clean and free of industrial wastes or other substances harmful to the 26 germination of the seed or to the growth of the vegetation. 27 6. Soil Retention Blanket 28 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 29 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 30 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3- EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION 37 A. Surface Preparation: clear surface of all material including: 38 1. Stumps, stones,and other objects larger than one inch. 39 2. Roots, brush,wire, stakes, etc. 40 3. Any objects that may interfere with seeding or maintenance. 41 B. Tilling 42 1. Compacted areas: till 1 inch deep CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I CITY PROJECT NO.-02200 3292 13.1 -5 HYDROMULCHING AND SEEDING FOR TRVA TRINITY TRAILS AREA Page 5 of 6 1 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 2 seed/water run-off 3 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 4 3.4 INSTALLATION 5 A. Seeding 6 1. General 7 a. Seed only those areas indicated on the Drawings and areas disturbed by 8 construction. 9 b. Mark each area to be seeded in the field prior to seeding for City approval. 10 c. Immediately before seeding, restore soil to grade as was existing prior to 1 1 construction. 12 d. Apply seed within twenty four hours after seedbed preparation. 13 e. If work is completed in disturbed area between September 15 and April 15, 14 temporary seeding must be installed. Contractor to return to seed Blackland 15 Prairie Mix between April 15 and September 15 at no additional cost to City. 16 2. Broadcast Seeding 17 a. Broadcast seed in 2 directions at right angles to each other. 18 b. Harrow or rake lightly to cover seed. 19 c. Never cover seed with more soil than twice its diameter. 20 d. For wildflower plantings: 21 1) Scalp existing grasses to 1 inch 22 2) Remove grass clippings, so seed can make contact with the soil. 23 3. Mechanically Seeding(Drilling): 24 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 25 b. All varieties of seed and fertilizer may be distributed at the same time provided 26 that each component is uniformly applied at the specified rate. 27 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 28 drill. 29 d. Drill on the contour of slopes 30 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 31 of the "Cultipacker"type. 32 f. Roll slope areas on the contour. 33 4. Hydromulching 34 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 35 1) Mixture is uniformly suspended to form a homogenous slurry. 36 2) Mixture forms a blotter-like ground cover impregnated uniformly with 37 grass seed. 38 3) Mixture is applied within 30 minutes after placed in the equipment. 39 b. Placing 40 1) Uniformly distribute in the quantity specified over the areas shown on the 41 Drawings or as directed. 42 5. Fertilizing: uniformly apply fertilizer over seeded area. 43 6. Watering 44 a. Furnish water by means of temporary metering/irrigation, water truck or by 45 any other method necessary to achieve an acceptable stand of turf as defined in 46 3.13.A. 47 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 3292 13.1 -6 HYDROMULCHING AND SEEDING FOR TRVA TRINITY TRAILS AREA Page 6 of 6 1 c. Water as direct by the City at least twice daily for 14 days after seeding in such 2 a manner as to prevent washing of the slopes or dislodgement of the seed. 3 d. Water until final acceptance. 4 e. Generally, an amount of water that is equal to the average amount of rainfall 5 plus 1/2 inch per week should be applied until accepted. 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE 15 A. Seeding 16 1. Water and mow sod until completion and final acceptance of the Project or as 17 directed by the City. 18 2. Maintain the seeded area until each of the following is achieved: 19 a. Vegetation is evenly distributed 20 b. Vegetation is free from bare areas 21 3. Turf will be accepted once fully established. 22 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 23 cycle performed by the Contractor prior to consideration of acceptance by the 24 City. 25 B. Rejection 26 1. City may reject seeded area on the basis of weed populations. 27 2. Replace rejected seeded areas as specified so that repair or replacement is rooted 28 and established prior to Substantial Completion. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10- 1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I of 21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. LAN modifications are shown in blue text. 26 C. Related Specification Sections include,but are not necessarily limited to: 27 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 —General Requirements 30 3. Section 02 41 13—Selective Site Demolition 31 4. Section 02 41 15—Paving Removal 32 5. Section 02 41 14—Utility Removal/Abandonment 33 6. Section 03 30 00—Cast-in-place Concrete 34 7. Section 03 34 13—Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00—Site Clearing 36 9. Section 31 25 00—Erosion and Sediment Control 37 10. Section 33 05 26—Utility Markers/Locators 38 11. Section 34 71 13—Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 21 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipeline 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans.No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre-bid item and measured as 19 provided under"Measurement"will be paid for at the unit price bid per 20 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement'will be paid for at the unit 32 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing,hauling,placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when aground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for"Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water 50 f) Removal of ground water control system CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 21 1 5. Trench Safety 2 a. Measurement 3 1) Measured per linear foot of excavation for all trenches that require trench 4 safety in accordance with OSHA excavation safety standards(29 CFR Part 5 1926 Subpart P Safety and Health regulations for Construction) 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under"Measurement"will be paid for at the unit 9 price bid per linear foot of excavation to comply with OSHA excavation 10 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 11 limited to, all submittals, labor and equipment. 12 1.3 REFERENCES 13 A. Definitions 14 1. General—Definitions used in this section are in accordance with Terminologies 15 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 16 noted. 17 2. Definitions for trench width, backfill, embedment, initial backfill,pipe zone, 18 haunching bedding, springline, pipe zone and foundation are defined as shown in 19 the following schematic: `BRAVED AREAS`" UNPAVED AREAS !�\ -,:w2H1"r:. ���.•+\\�,\� _j Q .i m M J J Q \ \ Z Z EL INITIAL BACKFILL /\ LLJ N o Uj SPRINGLINE ----- ,��\� L, w MUNCHING ; \\ BEDDING FOUNDATION MAX xZ OD CLEARANCE EXCAVATED TRENCH WIDTH 20 21 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 22 material CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 21 1 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 2 or the trench foundation 3 5. Final Backfill Depth 4 a. Unpaved Areas—The depth of the final backfill measured from the top of the 5 initial backfill to the surface 6 b. Paved Areas—The depth of the final backfill measured from the top of the 7 initial backfill to bottom of permanent or temporary pavement repair 8 B. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 1 I Specification,unless a date is specifically cited. 12 2. ASTM Standards: 13 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 14 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 15 Magnesium Sulfate 16 c. ASTM C 136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 17 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 18 Bridge Construction. 19 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 20 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 21 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 22 Cement Mixture 23 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 24 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 25 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 26 Place by Sand Cone Method. 27 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 28 (Unified Soil Classification System) 29 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 30 and Other Gravity-Flow Applications 31 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 32 Aggregate in Place by Nuclear Methods (Shallow Depth) 33 I. ASTM 3017- Standard Test Method for Water Content of Soil and Rock in 34 place by Nuclear Methods(Shallow Depth) 35 m. ASTM D4254- Standard Test Method for Minimum Index Density and Unit 36 Weight of Soils and Calculations of Relative Density 37 3. OSHA 38 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 39 Regulations for Construction, Subpart P- Excavations 40 1.4 ADMINISTRATIVE REQUIREMENTS 41 A. Coordination 42 1. Utility Company Notification 43 a. Notify area utility companies at least 48 hours in advance,excluding weekends 44 and holidays, before starting excavation. 45 b. Request the location of buried lines and cables in the vicinity of the proposed 46 work. 47 B. Sequencing CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 21 1 1. Sequence work for each section of the pipe installed to complete the embedment 2 and backfill placement on the day the pipe foundation is complete. 3 2. Sequence work such that proctors are complete in accordance with ASTM D698 4 prior to commencement of construction activities. 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to construction. 8 C. Emergence Action Plan (EAP)to address contingency plan in the event of damage to or 9 failure of Large Diameter Wastewater Line (LDWWL). 10 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 11 A. Shop Drawings 12 1. Provide detailed drawings and explanation for ground water and surface water 13 control, if required. 14 2. Trench Safety Plan in accordance with Occupational Safety and Health 15 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- 16 Excavations 17 3. Stockpiled excavation and/or backfill material 18 a. Provide a description of the storage of the excavated material only if the 19 Contract Documents do not allow storage of materials in the right-of-way of the 20 easement. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE,AND HANDLING 25 A. Storage 26 1. Within Existing Rights-of-Way(ROW) 27 a. Spoil, imported embedment and backfill materials may be stored within 28 existing ROW, easements or temporary construction easements, unless 29 specifically disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 31 25 00. 32 d. Store materials only in areas barricaded as provided in the traffic control plans. 33 e. In non-paved areas, do not store material on the root zone of any trees or in 34 landscaped areas. 35 2. Designated Storage Areas 36 a. If the Contract Documents do not allow the storage of spoils,embedment or 37 backfill materials within the ROW, easement or temporary construction 38 easement, then secure and maintain an adequate storage location. 39 b. Provide an affidavit that rights have been secured to store the materials on 40 private property. 41 c. Provide erosion control in accordance with Section 31 25 00. 42 d. Do not block drainage ways. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 21 1 e. Only materials used for 1 working day will be allowed to be stored in the work 2 zone. 3 B. Deliveries and haul-off- Coordinate all deliveries and haul-off. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Existing Conditions 6 1. Any data which has been or may be provided on subsurface conditions is not 7 intended as a representation or warranty of accuracy or continuity between soils. It 8 is expressly understood that neither the City nor the Engineer will be responsible 9 for interpretations or conclusions drawn there from by the Contractor. 10 2. Data is made available for the convenience of the Contractor. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED IoR] OWNER-SUPPLIED PRODUCTS 14 2.2 MATERIALS 15 A. Materials 16 1. Utility Sand 17 a. Granular and free flowing 18 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 19 fine aggregate according to ASTM C 33 20 c. Reasonably free of organic material 21 d. Gradation: sand material consisting of durable particles, free of thin or 22 elongated pieces, lumps of clay, loam or vegetable matter and meets the 23 following gradation may be used for utility sand embedmentlbackfill,and 24 graded with following limits when tested in accordance with ASTM C 136. 25 Sieve Size Percent Retained 1/2» 0 1/499 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 F__ #200 90-100 26 2. Crushed Rock 27 a. Durable crushed rock 28 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 29 c. May be unwashed 30 d. Free from significant silt clay or unsuitable materials 31 e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 32 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 33 sodium sulfate soundness per ASTM C88 34 3. Fine Crushed Rock 35 a. Durable crushed rock CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 21 1 b. Meets the gradation of ASTM D448 size numbers 8 or 89 2 c. May be unwashed 3 d. Free from significant silt clay or unsuitable materials. 4 e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 5 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 6 sodium sulfate soundness per ASTM C88 7 4. Ballast Stone 8 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 9 b. May be unwashed 10 c. Free from significant silt clay or unsuitable materials 1 1 d. Percentage of wear not more than 40 percent per ASTM C 131 or C535 12 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 13 sodium sulfate soundness per ASTM C88 14 5. Acceptable Backfill Material 15 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 16 ASTM D2487 17 b. Free from deleterious materials, boulders over 6 inches in size and organics 18 c. Can be placed free from voids 19 d. Must have not more than 20 percent passing the number 200 sieve 20 6. Blended Backfill Material 21 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 22 b. Blended with in-situ or imported acceptable backfill material to meet the 23 requirements of an Acceptable Backfill Material 24 c. Free from deleterious materials, boulders over 6 inches in size and organics 25 d. Must have not more than 20 percent passing the number 200 sieve 26 7. Unacceptable Backfill Material 27 a. In-situ soils classified as ML, MH,PT, OL or OH in accordance with ASTM 28 D2487 29 8. Select Fill 30 a. Classified as SC or CL in accordance with ASTM D2487 31 b. Liquid limit less than 35 32 c. Plasticity index between 8 and 20 33 9. Cement Stabilized Sand(CSS) 34 a. Sand 35 1) Shall be clean, durable sand meeting grading requirements for fine 36 aggregates of ASTM C33 and the following requirements: 37 a) Classified as SW, SP, or SM by the United Soil Classification System 38 of ASTM D2487 39 b) Deleterious materials 40 (1) Clay lumps,ASTM C 142, less than 0.5 percent 41 (2) Lightweight pieces, ASTM C 123, less than 5.0 percent 42 (3) Organic impurities,ASTM C40, color no darker than standard 43 color 44 (4) Plasticity index of 4 or less when tested in accordance with ASTM 45 D4318. 46 b. Minimum of 4 percent cement content of Type 1/11 portland cement 47 c. Water 48 1) Potable water, free of soils,acids, alkalis, organic matter or other 49 deleterious substances,meeting requirements of ASTM C94 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Pan 8 of 21 1 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 2 e. Strength 3 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 4 D1633,Method A 5 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 6 D1633,Method A 7 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 8 that exceeds the maximum compressive strength shall be removed by the 9 Contractor for no additional compensation. 10 f. Random samples of delivered product will be taken in the field at point of 11 delivery for each day of placement in the work area. Specimens will be 12 prepared in accordance with ASTM D1632. 13 10. Controlled Low Strength Material (CLSM) 14 a. Conform to Section 03 34 13 15 11. Trench Geotextile Fabric 16 a. Soils other than ML or OH in accordance with ASTM D2487 17 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 18 2) Fibers shall retain their relative position 19 3) Inert to biological degradation 20 4) Resist naturally occurring chemicals 21 5) UV Resistant 22 6) Mirafi 140N by Tencate, or approved equal 23 b. Soils Classified as ML or OH in accordance with ASTM D2487 24 1) High-tenacity monofilament polypropylene woven yarn 25 2) Percent open area of 8 percent to 10 percent 26 3) Fibers shall retain their relative position 27 4) Inert to biological degradation 28 5) Resist naturally occurring chemicals 29 6) UV Resistant 30 7) Mirafi FW402 by Tencate,or approved equal 31 12. Concrete Encasement 32 a. Conform to Section 03 30 00. 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 PART 3- EXECUTION 36 3.1 INSTALLERS [NOT USED] 37 3.2 EXAMINATION 38 A. Verification of Conditions 39 1. Review all known, identified or marked utilities,whether public or private, prior to 40 excavation. 41 2. Locate and protect all known, identified and marked utilities or underground 42 facilities as excavation progresses. 43 3. Notify all utility owners within the project limits 48 hours prior to beginning 44 excavation. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I CITY PROJECT NO.-02200 3305 10-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 21 1 4. The information and data shown in the Drawings with respect to utilities is 2 approximate and based on record information or on physical appurtenances 3 observed within the project limits. 4 5. Coordinate with the Owner(s)of underground facilities. 5 6. Immediately notify any utility owner of damages to underground facilities resulting 6 from construction activities. 7 7. Repair any damages resulting from the construction activities. 8 B. Notify the City immediately of any changed condition that impacts excavation and 9 installation of the proposed utility. 10 3.3 PREPARATION I I A. Protection of In-Place Conditions 12 1. Pavement 13 a. Conduct activities in such a way that does not damage existing pavement that is 14 designated to remain. 15 1) Where desired to move equipment not licensed for operation on public 16 roads or across pavement, provide means to protect the pavement from all 17 damage. 18 b. Repair or replace any pavement damaged due to the negligence of the 19 contractor outside the limits designated for pavement removal at no additional 20 cost to the City. 21 2. Drainage 22 a. Maintain positive drainage during construction and re-establish drainage for all 23 swales and culverts affected by construction. 24 3. Trees 25 a. When operating outside of existing ROW, stake permanent and temporary 26 construction easements. 27 b. Restrict all construction activities to the designated easements and ROW. 28 c. Flag and protect all trees designated to remain in accordance with Section 31 10 29 00. 30 d. Conduct excavation, embedment and backfill in a manner such that there is no 31 damage to the tree canopy. 32 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 33 specifically allowed by the City. 34 1) Pruning or trimming may only be accomplished with equipments 35 specifically designed for tree pruning or trimming. 36 f. Remove trees specifically designated to be removed in the Drawings in 37 accordance with Section 31 10 00. 38 4. Above ground Structures 39 a. Protect all above ground structures adjacent to the construction. 40 b. Remove above ground structures designated for removal in the Drawings in 41 accordance with Section 02 41 13 42 5. Traffic 43 a. Maintain existing traffic, except as modified by the traffic control plan,and in 44 accordance with Section 34 71 13. 45 b. Do not block access to driveways or alleys for extended periods of time unless: 46 1) Alternative access has been provided 47 2) Proper notification has been provided to the property owner or resident CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10- 10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 21 1 3) It is specifically allowed in the traffic control plan 2 c. Use traffic rated plates to maintain access until access is restored. 3 6. Traffic Signal—Poles,Mast Arms, Pull boxes,Detector loops 4 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 5 excavation that could impact the operations of an existing traffic signal. 6 b. Protect all traffic signal poles, mast arms, pull boxes,traffic cabinets, conduit 7 and detector loops. 8 c. Immediately notify the City's Traffic Services Division if any damage occurs to 9 any component of the traffic signal due to the contractors activities. 10 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic I 1 cabinets, conduit and detector loops as a result of the construction activities. 12 7. Fences 13 a. Protect all fences designated to remain. 14 b. Leave fence in the equal or better condition as prior to construction. 15 3.4 INSTALLATION 16 A. Excavation 17 1. Excavate to a depth indicated on the Drawings. 18 2. Trench excavations are defined as unclassified. No additional payment shall be 19 granted for rock or other in-situ materials encountered in the trench. 20 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 21 and bracing in accordance with the Excavation Safety Plan. 22 4. The bottom of the excavation shall be firm and free from standing water. 23 a. Notify the City immediately if the water and/or the in-situ soils do not provide 24 for a firm trench bottom. 25 b. The City will determine if any changes are required in the pipe foundation or 26 bedding. 27 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 28 excavation shall not advance beyond the pipe placement so that the trench may be 29 backfilled in the same day. 30 6. Over Excavation 31 a. Fill over excavated areas with the specified bedding material as specified for 32 the specific pipe to be installed. 33 b. No additional payment will be made for over excavation or additional bedding 34 material. 35 7. Unacceptable Backfill Materials 36 a. In-situ soils classified as unacceptable backfill material shall be separated from 37 acceptable backfill materials. 38 b. If the unacceptable backfill material is to be blended in accordance with this 39 Specification, then store material in a suitable location until the material is 40 blended. 41 c. Remove all unacceptable material from the project site that is not intended to be 42 blended or modified. 43 8. Rock—No additional compensation will be paid for rock excavation or other 44 changed field conditions. 45 B. Shoring, Sheeting and Bracing CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 330510- II UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I I of 21 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish, put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. if soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil, or water containing soil, to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 6. Special Shoring Design Requirements 22 a. Ilave special shoring designed or selected by Contractor's Professional 23 Engineer to provide support for sides of excavations, including soils and 24 hvdrostatic ground water pressures as applicable, and to prevent ground 25 movements affecting adjacent installations or improvements such as structures, 26 pavements; and utilities. Special shoring may be a pre.manufactured S-stem 27 selected by Contractor's Professional Engineer to meet project site 28 requirements based on manufacturer's standard design. 29 C. Excavation and shoring requirements for proposed work or utility installation adjacent 30 to or across a f...I.)V WI—. 31 1, Identify LDW WL area in Feld and barricade off from construction activities. Allow 32 no construction related activities including, but not lin-tited to, loading of dump 33 trucks and material staging or storage, on top of LD�N,` l-`L. 34 2. Employ-a Groundwater control system when performing excavation activities within 35 ten feet of I.,I)\4 lh'C, to: 36 a. Effectively reduce hydrostatic pressure affecting excavations, 37 b. Develop substantially,dry and stable subgrade for subsequent construction 38 operations, 39 c. Prevent loss of fines, seepage, boils,quick condition or softening of foundation 40 strata, and 41 d. Maintain stability-of sides and bottom of excavations. 42 3. When edge of proposed trench or shoring is within a distance equal to one diameter 43 of from outside of wall of LDWWI..,,valve or appurtenance: 44 a. Maintain minimum of four(4)feet horizontal clearance between proposed 45 utility and 1_,I)WWI., 46 b. Auger COIIA111 i011 47 l ) Maintain minimum of four(4)feet horizontal clearance between proposed 48 utility and 1. l:WWL,. CiTY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE i CiTY PROJECT NO.-02200 3305 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 21 1 2) Dry auger method required when auger hole is 12-inches and larger in 2 diameter. 3 c. Open Cut Construction and Auger pits 4 1) Perform hand excavation when within four(4) feet of LDWWL. 5 2) Iattploy hydraulic or pneumatic shoring system. Do not use vibratory or 6 impact driven shoring or piling. 7 3) Fxpose no more than 30-feet of trench prior to backfilling. 8 4) A maximum of one (1) foot of vertical trench shall be un-braced al a time 9 to maintain constant pressure on face of excavated soil. 10 -5) Upon removal of shoring system, inject flowable fill into void space left 11 behind by shoring system. Comply with Section 03 34 13 —Controlled I..,ow 12 Strenrtll Material (CI-SM). 13 6) When edge of utility excavation is greater tlian one diameter of LDWW I- 14 from outside wall of I..,DWWL., use a shielding system as required by 15 Proiect Manager and proposed utility standards and practices. 16 D. Water Control 17 I. Surface Water 18 a. Furnish all materials and equipment and perform all incidental work required to 19 direct surface water away from the excavation. 20 2. Ground Water 21 a. Furnish all materials and equipment to dewater ground water by a method 22 which preserves the undisturbed state of the subgrade soils. 23 b. Do not allow the pipe to be submerged within 24 hours after placement. 24 c. Do not allow water to flow over concrete until it has sufficiently cured. 25 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 26 Control Plan if any of the following conditions are encountered: 27 1) A Ground Water Control Plan is specifically required by the Contract 28 Documents 29 2) If in the sole judgment of the City,ground water is so severe that an 30 Engineered Ground Water Control Plan is required to protect the trench or 31 the installation of the pipe which may include: 32 a) Ground water levels in the trench are unable to be maintained below 33 the top of the bedding 34 b) A firm trench bottom cannot be maintained due to ground water 35 c) Ground water entering the excavation undermines the stability of the 36 excavation. 37 d) Ground water entering the excavation is transporting unacceptable 38 quantities of soils through the Excavation Safety System. 39 e. In the event that there is no bid item for a Ground Water Control and the City 40 requires an Engineered Ground Water Control Plan due to conditions 41 discovered at the site, the contractor will be eligible to submit a change order. 42 f. Control of ground water shall be considered subsidiary to the excavation when: 43 1) No Ground Water Control Plan is specifically identified and required in the 44 Contract Documents 45 g. Ground Water Control Plan installation, operation and maintenance 46 l) Furnish all materials and equipment necessary to implement, operate and 47 maintain the Ground Water Control Plan. 48 2) Once the excavation is complete, remove all ground water control 49 equipment not called to be incorporated into the work. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 21 1 h. Water Disposal 2 1) Dispose of ground water in accordance with City policy or Ordinance. 3 2) Do not discharge ground water onto or across private property without 4 written permission. 5 3) Permission from the City is required prior to disposal into the Sanitary 6 Sewer. 7 4) Disposal shall not violate any Federal, State or local regulations. 8 E. Embedment and Pipe Placement 9 1. Water Lines less than, or equal to, 12 inches in diameter: 10 a. The entire embedment zone shall be of uniform material. I I b. Utility sand shall be generally used for embedment. 12 c. If ground water is in sufficient quantity to cause sand to pump, then use 13 crushed rock as embedment. 14 1) If crushed rock is not specifically identified in the Contract Documents, 15 then crushed rock shall be paid by the pre-bid unit price. 16 d. Place evenly spread bedding material on a firm trench bottom. 17 e. Provide firm, uniform bedding. 18 f Place pipe on the bedding in accordance with the alignment of the Drawings. 19 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 20 proposed grade, unless specifically called for in the Drawings. 21 h. Place embedment, including initial backfill,to a minimum of 6 inches,but not 22 more than 12 inches, above the pipe. 23 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 24 the elevation of the valve nut. 25 j. Form all blocking against undisturbed trench wall to the dimensions in the 26 Drawings. 27 k. Compact embedment and initial backfill. 28 1. Place marker tape on top of the initial trench backfill in accordance with 29 Section 33 05 26. 30 2. Water Lines 16-inches through 24-inches in diameter: 31 a. The entire embedment zone shall be of uniform material. 32 b. Utility sand may be used for embedment when the excavated trench depth is 33 less than 15 feet deep. 34 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 35 trench depths 15 feet, or greater. 36 d. Crushed rock shall be used for embedment for steel pipe. 37 e. Provide trench geotextile fabric at any location where crushed rock or fine 38 crushed rock come into contact with utility sand 39 f. Place evenly spread bedding material on a firm trench bottom. 40 g. Provide firm, uniform bedding. 41 1) Additional bedding may be required if ground water is present in the 42 trench. 43 2) if additional crushed rock is required not specifically identified in the 44 Contract Documents,then crushed rock shall be paid by the pre-bid unit 45 price. 46 h. Place pipe on the bedding according to the alignment shown on the Drawings. 47 i. The pipe line shall be within: 48 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 49 lines CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 21 1 j. Place and compact embedment material to adequately support haunches in 2 accordance with the pipe manufacturer's recommendations. 3 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 4 but not more than 12 inches,above the pipe. 5 I. Where gate valves are present, the initial backfill shall extend to up to the valve 6 nut. 7 ni. Compact the embedment and initial backfill to 95 percent Standard Proctor 8 ASTM D 698. 9 n. Density test may be performed by City to verify that the compaction of 10 embedment meets requirements. 11 o. Place trench geotextile fabric on top of the initial backfill. 12 p. Place marker tape on top of the trench geotextile fabric in accordance with 13 Section 33 05 26. 14 3. Water Lines 30-inches and greater in diameter 15 a. The entire embedment zone shall be of uniform material. 16 b. Crushed rock shall be used for embedment. 17 c. Provide trench geotextile fabric at any location where crushed rock or fine 18 crushed rock come into contact with utility sand. 19 d. Place evenly spread bedding material on a firm trench bottom. 20 e. Provide firm, uniform bedding. 21 1) Additional bedding may be required if ground water is present in the 22 trench. 23 2) If additional crushed rock is required which is not specifically identified in 24 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 25 price. 26 f. Place pipe on the bedding according to the alignment shown on the Drawings. 27 g. The pipe line shall be within: 28 1) f I inch of the elevation on the Drawings for 30-inch and larger water lines 29 h. Place and compact embedment material to adequately support haunches in 30 accordance with the pipe manufacturer's recommendations. 31 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 32 not exceed the spring line prior to compaction. 33 j. Place remaining embedment, including initial backfill,to a minimum of 6 34 inches, but not more than 12 inches,above the pipe. 35 k. Where gate valves are present,the initial backfill shall extend to up to the valve 36 nut. 37 I. Compact the embedment and initial backfill to 95 percent Standard Proctor 38 ASTM D 698. 39 m. Density test may be performed by City to verify that the compaction of 40 embedment meets requirements. 41 n. Place trench geotextile fabric on top of the initial backfill. 42 o. Place marker tape on top of the trench geotextile fabric in accordance with 43 Section 33 05 26. 44 4. Sanitary Sewer Lines and Storm Sewer Lines(L.AN\ deletion) 45 a. The entire embedment zone shall be of uniform material. 46 b. Crushed rock shall be used for embedment. 47 c. Place evenly spread bedding material on a firm trench bottom. 48 d. Spread bedding so that lines and grades are maintained and that there are no 49 sags in the sanitary sewer pipe line. 50 e. Provide firm, uniform bedding. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 3305 10- 15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 21 1 1) Additional bedding may be required if ground water is present in the 2 trench. 3 2) If additional crushed rock is required which is not specifically identified in 4 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 5 price. 6 f. Place pipe on the bedding according to the alignment shown in the Drawings. 7 g. The pipe line shall be within t0.1 inches of the elevation, and be consistent 8 with the grade shown on the Drawings. 9 h. Place and compact with vibratory equipment embedment material to adequately 10 support haunches in accordance with the pipe manufacturer's I 1 recommendations. 12 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 13 exceed 12-inches prior to compaction. 14 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 15 but not more than 12 inches, above the pipe. 16 k. Compact the embedment and initial backfill to percent Standard Proctor 17 ASTM D 698. 18 I. Density test may be performed by City to verify that the compaction of 19 embedment meets requirements. 20 m. Place trench geotextile fabric around embedment as shown in embedment 21 details. 22 n. Place marker tape on top of the trench geotextile fabric in accordance with 23 Section 33 05 26. 24 5. Storm Sewer(RCP) 25 a. The bedding and the pipe zone up to the spring line shall be of uniform 26 material. 27 b. Crushed rock shall be used for embedment up to the spring line. 28 c. The specified backfill material may be used above the spring line. 29 d. Place evenly spread bedding material on a firm trench bottom. 30 e. Spread bedding so that lines and grades are maintained and that there are no 31 sags in the storm sewer pipe line. 32 f. Provide firm,uniform bedding. 33 1) Additional bedding may be required if ground water is present in the 34 trench. 35 2) If additional crushed rock is required which is not specifically identified in 36 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 37 price. 38 g. Place pipe on the bedding according to the alignment of the Drawings. 39 h. The pipe line shall be within t0.1 inches of the elevation, and be consistent 40 with the grade, shown on the Drawings. 41 i. Place embedment material up to the spring line. 42 1) Place embedment to ensure that adequate support is obtained in the haunch. 43 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 44 ASTM D 698. 45 k. Density test may be performed by City to verify that the compaction of 46 embedment meets requirements. 47 I. Place trench geotextile fabric on top of pipe and crushed rock. 48 6. Storm Sewer Reinforced Concrete Box 49 a. Crushed rock shall be used for bedding. 50 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 3305 10- 16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the storm sewer pipe line. 7 e. Provide firm,uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 12 price. 13 f. Fill the annular space between multiple boxes with crushed rock, CLSM 14 according to 03 34 13. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the 17 grade, shown on the Drawings. 18 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 19 D698. 20 7. Water Services(Less than 2 Inches in Diameter) 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. Place evenly spread bedding material on a firm trench bottom. 24 d. Provide firm,uniform bedding. 25 e. Place pipe on the bedding according to the alignment of the Plans. 26 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 27 8. Sanitary Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rock shall be used for embedment. 30 c. Place evenly spread bedding material on a firm trench bottom. 31 d. Spread bedding so that lines and grades are maintained and that there are no 32 sags in the sanitary sewer pipe line. 33 e. Provide firm,uniform bedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 38 price. 39 f. Place pipe on the bedding according to the alignment of the Drawings. 40 g. Place remaining embedment, including initial backfill,to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test may be required to verify that the compaction meets the density 44 requirements. 45 F. Trench Backfill 46 1. At a minimum, place backfill in such a manner that the required in-place density 47 and moisture content is obtained, and so that there will be no damage to the surface, 48 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 33 05 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill depth less than 15 feet 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 10 1) Backfill depth from 0 to15 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material,or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specifically required 20 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 21 1) Backfill with: 22 a) Acceptable backfill material, or 23 b) Blended backfill material 24 d. Backfill for service lines: 25 1) Backfill for water or sewer service lines shall be the same as the 26 requirement of the main that the service is connected to. 27 3. Required Compaction and Density 28 a. Final backfill (depths less than 15 feet) 29 1) Compact acceptable backfill material, blended backfill material or select 30 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 31 moisture content within-2 to+5 percent of the optimum moisture. 32 2) CSS or CLSM requires no compaction. 33 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 34 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 35 ASTM D 698 at moisture content within -2 to+5 percent of the optimum 36 moisture. 37 2) CSS or CLSM requires no compaction. 38 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 39 1) Compact acceptable backfill material blended backfill material, or select 40 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 41 moisture content within-2 to+5 percent of the optimum moisture. 42 4. Saturated Soils 43 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 44 optimum moisture content,the soils are considered saturated. 45 b. Flooding the trench or water jetting is strictly prohibited. 46 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 47 Appendix, Contractor shall proceed with Work following all backfill 48 procedures outlined in the Drawings for areas of soil saturation greater than 5 49 percent. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 33 05 10- 18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 21 1 d. If saturated soils are encountered during Work but not identified in Drawings or 2 Geotechnical Report in the Appendix: 3 1) The Contractor shall: 4 a) Immediately notify the City. 5 b) Submit a Contract Claim for Extra Work associated with direction from 6 City. 7 2) The City shall: 8 a) Investigate soils and determine if Work can proceed in the identified 9 location. 10 b) Direct the Contractor of changed backfill procedures associated with 11 the saturated soils that may include: 12 (1) Imported backfill 13 (2) A site specific backfill design 14 5. Placement of Backfill 15 a. Use only compaction equipment specifically designed for compaction of a 16 particular soil type and within the space and depth limitation experienced in the 17 trench. 18 b. Flooding the trench or water setting is strictly prohibited. 19 c. Place in loose lifts not to exceed 12 inches. 20 d. Compact to specified densities. 21 e. Compact only on top of initial backfill, undisturbed trench or previously 22 compacted backfill. 23 f. Remove any loose materials due to the movement of any trench box or shoring 24 or due to sloughing of the trench wall. 25 g. Install appropriate tracking balls for water and sanitary sewer trenches in 26 accordance with Section 33 05 26. 27 6. Backfill Means and Methods Demonstration 28 a. Notify the City in writing with sufficient time for the City to obtain samples 29 and perform standard proctor test in accordance with ASTM D698. 30 b. The results of the standard proctor test must be received prior to beginning 31 excavation. 32 c. Upon commencing of backfill placement for the project the Contractor shall 33 demonstrate means and methods to obtain the required densities. 34 d. Demonstrate Means and Methods for compaction including: 35 1) Depth of lifts for backfill which shall not exceed 12 inches 36 2) Method of moisture control for excessively dry or wet backfill 37 3) Placement and moving trench box, if used 38 4) Compaction techniques in an open trench 39 5) Compaction techniques around structure 40 e. Provide a testing trench box to provide access to the recently backfilled 41 material. 42 f. The City will provide a qualified testing lab full time during this period to 43 randomly test density and moisture continent. 44 1) The testing lab will provide results as available on the job site. 45 7. Varying Ground Conditions 46 a. Notify the City of varying ground conditions and the need for additional 47 proctors. 48 b. Request additional proctors when soil conditions change. 49 c. The City may acquire additional proctors at its discretion. CITY OF FORT WORTH SYCAMORE CREEL:RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10- 19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 21 1 d. Significant changes in soil conditions will require an additional Means and 2 Methods demonstration. 3 3.5 REPAIR [NOT USED] 4 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL 6 A. Field Tests and Inspections 7 1. Proctors 8 a. The City will perform Proctors in accordance with ASTM D698. 9 b. Test results will generally be available to within 4 calendar days and distributed 10 to: 11 1) Contractor 12 2) City Project Manager 13 3) City Inspector 14 4) Engineer 15 c. Notify the City if the characteristic of the soil changes. 16 d. City will perform new proctors for varying soils: 17 1) When indicated in the geotechnical investigation in the Appendix 18 2) If notified by the Contractor 19 3) At the convenience of the City 20 e. Trenches where different soil types are present at different depths,the proctors 21 shall be based on the mixture of those soils. 22 2. Density Testing of Backfill 23 a. Density Tests shall be in conformance with ASTM D2922. 24 b. Provide a testing trench protection for trench depths in excess of 5 feet. 25 c. Place, move and remove testing trench protection as necessary to facilitate all 26 test conducted by the City. 27 d. For final backfill depths less than 15 feet and trenches of any depth not under 28 existing or future pavement: 29 1) The City will perform density testing twice per working day when 30 backfilling operations are being conducted. 31 2) The testing lab shall take a minimum of 3 density tests of the current lift in 32 the available trench. 33 e. For final backfill depths 15 feet and greater deep and under existing or future 34 pavement: 35 1) The City will perform density testing twice per working day when 36 backfilling operations are being conducted. 37 2) The testing lab shall take a minimum of 3 density tests of the current lift in 38 the available trench. 39 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 40 f. Make the excavation available for testing. 41 g. The City will determine the location of the test. 42 h. The City testing lab will provide results to Contractor and the City's Inspector 43 upon completion of the testing. 44 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 45 j. Test reports shall include: 46 1) Location of test by station number 47 2) Time and date of test CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10-20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 21 1 3) Depth of testing 2 4) Field moisture 3 5) Dry density 4 6) Proctor identifier 5 7) Percent Proctor Density 6 3. Density of Embedment 7 a. Storm sewer boxes that are embedded with acceptable backfill material, 8 blended backfill material, cement modified backfill material or select material 9 will follow the same testing procedure as backfill. 10 b. The City may test fine crushed rock or crushed rock embedment in accordance 11 with ASTM D2922 or ASTM 1556. 12 B. Non-Conforming Work 13 1. All non-conforming work shall be removed and replaced. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES 18 3.12 PRt:)TF.CTION 19 A. Protect and support above-grade and below-grade utilities which are to remain. 20 B. Rcstore damaged permanent facilities to pre-construction conditions unless replacement 21 or abandonment of facilities is indicated on Drawings. 22 C. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches. 23 Where slides. washouts. settlements, or areas with loss of density or pavement failures 24 or potholes occur, repair, re-compact, and pave those areas at no additional cost to City. 25 D. C ontingency plans for proposed work or utility,installation adjacent to or across a 26 I.Dy1 wl': 27 1. Conduct on-site emergency drill prior to commencing proposed utility installation, 28 and al three month Intervals to assure EAP is current. 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 3305 10-21 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 21 of 21 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 12/12/16 Z.Arega 2.2.A.I.d Modify gradation for sand material 1 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 330513- I FRAME,COVER,AND GRADE RiNGS Page 1 of 6 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame. cover and grade rings used as access Polis into water, salutary sewer and 7 storm drain structures Such InanholeS or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. [.AN modifications are shown in blue text. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place,and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. AST VI International (ASTM) 29 a. ASIAM A48— Standard Specification for Gray Iion Castings 30 b. ASTM A5.36 - Standard Specification for I:)uctile Iron Castings 31 c. ASTM C-178 - Specification for Precast Reinforced Concrete Manhole Sections 32 d. AST-M D 1248 Standard Specification for Polyethylene Plastic Molding and 33 Extrusion Materials 34 c. ASTM D?90— Standard 'I est .Methods for Flexural Properties of[Jnrelnforced 35 and Reinforce i'lastics anis E.Iectrical insulating Materials 36 f. ASTM I.)256 Standard Test Methods for Deterllllnina) the Izod Pendulum 37 Impact Resistance of Plastics 38 g. ASTM G 154 - Standard Practice for Operating Fluorescent Light ,Apparatus for 39 LV Exposure of Nonmetallic Materials CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 33 05 13-2 FRAME,COVER,AND GRADE RINGS Page 2 of 6 1 2 3. American Association of State Highways and Transportation Officials(AASHTO) 3 a. AASHTO M306—Standard Specification for Drainage, Sewer,Utility and 4 Related Castings 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 01 33 00. 8 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 9 fabrication for specials. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Product Data 12 1. All castings shell be cast with: 13 a. Approved mant&aIC IVCS name 14 b. Part number 15 c. Country of origin 16 2. Provide manufacturer's: 17 a. Specifications 18 b. Load tables 19 c. Dimension diagrams 20 d. Anchor details 21 e. Installation instructions 22 B. Certificates 23 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 24 designations. 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 32 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 33 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 34 A. Manufacturers CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 33 05 13-3 FRAME,COVER,AND GRADE RINGS Page 3 of 6 3 2. Any product that is not listed on the Standard Products List is considered a 4 substitution and shall be submitted in accordance with Section 01 25 00. 5 6 7 i� m P, ASI N4 A41 (Ins 35K AQAI 14 2 14 8 9 .1 A536. Grade 6�-45-12. AS 1-N! A Yl A 10 or batcr, I I apAi,k: v AhOmAky ap[Aicawm orAmi rm 115-2o man 12 13 1 ,1 , ShAl he tested tar ultimate MCXIWal strength, 14 �ihmv Aw kmd and &fleahm al &Hwv a&; 15 A")] Al 61 ; Cycle 1 for 1000111-o' 16 17 'i'A !! m All Q Kim arth no larger than a 1/8 inch gap tea _v,;_,vii dw 19 111, Mi,iWW;=o Al,h "A idC PiCk Slits in HCLI of pick holes, 20 21 it 22 ilii 23 3.0 Inches for all sanitary and 24 other vise specificd in the (Ammact Document, 25 ,iii_: 11�11I , —ill, zit Street lc\el ofaL least 7:8 illCh thiCkhcS� 26 %'11ho.'1'. 27 symm 110i 28 llrof ii!� i elvar v1swimp (,l 22 l.,`2 indws for all Sloan dvann krarie%,, 29 ill t :I;id o),, addios unless otku"he spmkkd in Me 30 31 i On: 10 lAipm ;mk , vir 1wenk! of 1) Kos to NH q0ml nuci 32 33 u) kapnou Panic oulk at mn,:�:t lc%,cl ol'al least T8 inkJi 34 ="x 11� rt; ,,c1�i� 1 ', ��"''�" 1):_1"'" 35 nrodwo 1 Awl, 36 hv"'. 37 ( ny ho k a ;K. Q VVAT10- in at least 1,25 Kh Imm acrom 1K.: 38 141, 39 a i it<i 1 o' 40 h I n 5 i A I I A I Z Y `,II=R" i 1 'IIsi 41 - :i_ _ 42 Q:.,._ 43 . .. c NI(MMDRAIN- my Way 1 kw h kvua-� 44 am", wo 11"'i 45 -do 0 m, 46 a) Q)N i�h �1 -1 &gin molded (w vamcd On 1ho inp %NO 47 iH _1" CITY OF FOR'1 WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PHASE I CITY PROJECT NO_-02200 33 05 13-4 FRAME,COVER,AND GRADE RINGS Page 4 of 6 5) M.iiiufacturit-i "I-raceability 2 a) Name or abbreviation of manufacturer molded or casted into the cower 3 and frame 4 b) Manufacturing date molded or casted into the cover and frame. 5 f'. I lira ,c Covers 6 1 1 Pr o ide NA ater tight gasket on all hinged covers. 7 Water 8 a) Provide hinged covers for all water stnlcttlres. 9 3} Sanitary Seer 10 a) Provide hinged covers for all manholes or structures constructed over 11 24-inch seater lines and larger and for manholes where rim elevations 12 are greater than 12 inches above the surface. 13 g. 1:ocking or I3olting Systems 14 1 ) Nlaterials 15 a) A I I constituents of lock.ino systems must be made of non-corrosive 16 materials: AUstemte -316 Stainless or a high strength polymer grade. 17 C. Grade Rings 18 1. Provide grade rings in sires from 1'4-inch tip to 4-inch. 19 2. Slope ad `grade rings to be used when required. 20 3. Grade rings to he recycled I IDPF. 21 D. Joint Sealant 22 1. Provide an approved butyl rubber sealant in an extrudable or flat tape form. 23 2. Provide sealant that is not dependant on a chemical action for its adhesive 24 properties lir coliesive strength. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3- EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. Grade Rini, 33 1. I cir I ll)I'I, tirade Rina>: 34 a. ('lean debris from the top ol"the concrete cone or top slab with a whisk, broom 35 (,1-chisel to insure a flat seatini7 surface. 36 b. For concrete manholes, place butyl rubber sealant against the interior surface of 37 the reale lir of the first ring that vv Ill sit on the cone section. 38 c. Install a second application ofsealant to that ring, between first sealant and the 39 lodes. 'Fhe second applical Ion of the sealant helps the first ring to seal level. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 33 05 13-5 FRAME,COVER,AND GRADE RINGS Page 5 of 6 1 cl. -Appk, the sealant around the second ring On the flat side, as close to the male 2 lir as possible, being careful to cover the entire 360 degrees of the ring. 3 e. Install the second ring(nnale lila down), on top of the first ring. Compress the 4 sealant.by standin;- on the rings. 5 f. Continue steps D&7 F using combined heights of flat and sloped rings as 6 required iter each manhole to obtain a height difference within `"of grade, 7 niter c rsting is installed in step G. 8 g. I'rior to placing the casting, install an approved sealant to the top of the last ring 9 so the se plant is between the casting and all 160 degrees of the flat portion of' 10 tyle top rink. 11 h. :All 11DP1: rinks are installed hale lip down on concrete manholes. 12 i. Install cast-in-place concrete surrounding 1lDPE grade adjustment rin+,s. Do 13 not wipe interior of iIDPF manhole grade rings with concrete, 14 j. -An- variations Of these steps must be approved by the Engineer 15 2. For all other Grade Rings: 16 a. Place as shown in the water and sanitary sewer City Standard Details. 17 b. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 18 c. Seal each grade ring with sealant specified in this Specification and as shown 19 on the City Standard Details. 20 B. Frame and Cover 21 1. Water 22 a. 1.or water structures install frame, cover and grade rings in accordance with 23 applicable City Standard Detail. 24 2. Sanitary Sever 25 a. For sanitary sewer structures install frame, cover and grade rings in accordance 26 with applicable Cite Standard Detail. 27 3, Storm Drain 28 ra. For storm drain strt.ictures install frame, cover and grade rings in accordance 29 xith applicable City Standard Detail. 30 4, 11 inge C'over 31 a. Provide hinge cover on elevated manholes,junction boxes, in the flood plain 32 and where specific.(] on the Drawings. 33 C. Joint Sealing 34 1. Seal frame, grade rings and structure with specified sealant. 35 D. Concrete Collar 36 1. Provide concrete collar around all frame and cover assemblies. CiTY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I CiTY PROJECT NO.-02200 330513-6 FRAME,COVER,AND GRADE RINGS Page 6 of 6 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F.Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 '/z inches rather than 19'/,inches. 1/22/2016 F.Griffin Part 2-2.2-B-4-d-2-a.,Cover size updated to 30 inches to match Detail 33 05 16- D417. 6/21/17 R.Sauceda Modified to allow use of composite frame and cover 13 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 33 39 621 -1 CONCRETE POLYMER MANHOLES Page I of 5 1 SECTION 33 39 21 2 CONCRETE POLYMER MANHOLES 3 4 PART GENERAL 5 1.1 SCOPE 6 A. This specification covers acid resistant polymer manholes intended for use in sanitary sewers, 7 storm sewers and water lines, where corrosion resistance is required. 8 1.2 PRICE AND PAYMENT PROCEDURES 9 A. Measurement and Payment 10 1. Manhole 11 a. Measurement 12 I) Measurement for this Item shall be per each Concrete Polymer Manhole 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this Item shall 15 be paid for at the unit price bid per each"Manhole"installed for: 16 a) Various sizes 17 b) Various types 18 c. The price bid will include: 19 ]) Manhole structure complete in place 20 2) Excavation 21 3) Forms 22 4) Reinforcing steel (if required) 23 5) Concrete 24 6) Backfill 25 7) Foundation 26 8) Drop pipe 27 9) Stubs_ 28 ]0) Frame 29 11) Cover 30 12) Grade rings 31 13) Pipe connections 32 14) Pavement removal 33 15) Hauling 34 16) Disposal of excess material 35 17) Placement and compaction of backfill 36 18)Clean-up 37 2. Extra Depth Manhole 38 a. Measurement 39 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to 40 the nearest 1/10 foot. 41 b. Payment CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I PROJECT NO.-02200 33 39 621 -2 CONCRETE POLYMER MANHOLES Page 2 of i 1 1) The work performed and the materials furnished in accordance with this Item and 2 measured as provided under"Measurement" will be paid for at the unit price bid per 3 vertical foot for"Extra Depth Manhole" specified for: 4 a) Various sizes 5 c. The price bid will include: 6 1) Manhole structure complete in place 7 2) Excavation 8 3) Forms 9 4) Reinforcing steel (if required) 10 5) Concrete 11 6) Backfill 12 7) Foundation 13 8) Drop pipe 14 9) Stubs 15 10) Frame 16 11) Cover 17 12) Grade rings 18 13) Pipe connections 19 14) Pavement removal 20 15) Hauling 21 16) Disposal of excess material 22 17) Placement and compaction of backfill 23 18) Clean-up 24 1.3 REFERENCES 25 A. ASTM C 478 (most current) Standard Specification for Precast Reinforced Concrete Manhole 26 Sections. 27 B. ASTM C 857 (most current) Standard Practice for Minimum Structural Design Loading for 28 Underground Utility Structures. 29 C. ASTM D 648 (most current) Test Method for Deflection Temperature of Plastics Under 30 Flexural Load in Edgewise Position. 31 D. ASTM D 6783 (most current) Standard Specification for Polymer Concrete Pipe. 32 E. ASTM D 2584 (most current) Test Method for Ignition Loss of Cured Reinforced Resins. 33 F. ASTM C 923 (most current) Standard Specifications for Resilient Connectors between 34 Concrete Manholes Structures and Pipe. 35 G. ASTM C 990 (most current) Standard Specification for Joints for Concrete Pipe, Manholes 36 and Precast Box Sections using Preformed Flexible Joint Sealants 37 H. ASTM C 497 (most current) Test Methods for Concrete Pipe, Manhole Sections, or Tile. 381. AASHTO LRFD Bridge Design Specifications 39 1.4 SUBMITTALS 40 A. Conform to bid document requirements. 41 B. Submit manufacturer's data and details of following items for approval: CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I PROIECT NO.-02200 33 39 621 -3 CONCRETE POLYMER MANI IOLLS Pate 3 of 1 1. Shop drawings of manhole sections, base units and construction details,jointing 2 methods, materials and dimensions 3 2. Summary of criteria used in manhole design including, as minimum, material properties, 4 loadings, load combinations, and dimensions assumed. Include certification from 5 manufacturer that acid resistant polymer manhole design meets or exceeds the load and 6 strength requirements of ASTM C 478 and ASTM C 857 7 3. Frames, grates, rings and covers 8 4. Materials to be used in fabricating drop connections 9 5. Materials to be used for pipe connections at manhole walls 10 6. Materials to be used for stubs and stub plugs, if required 11 7. Proof of independent Chemical Resistance testing conducted in accordance with the 12 Standard Specifications for Public Works Construction (California Greenbook) Section 13 211-2 or equal. 14 C. Submitted sealed drawings by a registered Professional Engineer 15 16 PART 2 PRODUCTS 17 2.1 ACID RESISTANT POLYMER MANHOLES 18 A. Provide acid resistant polymer manhole sections, base sections and related components 19 conforming to ASTM C 478. ASTM C 478 material and manufacturing is allowed 20 compositional and dimensional differences required by a polymer product. 21 B. Provide base riser section with integral floors, unless shown otherwise. 22 C. Provide riser sections joined with bell and spigot/ship-lap design seamed with butyl mastic 23 (ASTM C 990) so that on assembly, manhole base, riser and top section make a continuous 24 and uniform manhole. 25 D. Construct riser sections for polymer manholes from standard polymer manhole sections of the 26 diameter indicated on drawings. 27 E. Use various lengths of manhole sections in combination to provide correct height with the 28 fewest joints. 29 F. Design wall sections for depth and loading conditions with wall thickness as required by 30 polymer manufacturer. 31 G. Provide tops to support HL-93 vehicle loading and receiving cast iron frame covers, as 32 indicated on drawings. 33 H. Where polymer transition slabs are required provide precast base sections with flat polymer 34 slab top sections used to transition to 48-inch diameter manhole access riser sections. 35 Transition can be concentric or eccentric as shown on drawings. Locate transition to provide 36 minimum of 7-foot head clearance from base to underside of transition unless otherwise 37 approved by engineer. 38 2.2 DESIGN CRITERIA: 39 A. Manhole risers, transition slabs, conical tops, grade rings and manhole base sections shall be 40 designed, by manufacturer, to meet the intent of ASTM C 478 with allowable compositional 41 and sizing differences required by a polymer product. 42 1. AASHTO LRFD HL-93 design live loading applied to manhole cover and transition and 43 base slabs. 44 2. Polymer manholes will be designed based upon live and dead load criteria in ASTM C 45 857. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I PROJECT NO.-02200 33 39 621-4 CONCRETE POLYMER MANHOLES Page 4 of 5 1 3. Unit soil weight of 120 pcf located above portions of manhole, including base slab 2 projections. 3 4. Internal liquid pressure based on unit weight of 63 pcf. 4 5. Dead load of manhole sections fully supported by transition and base slabs. 5 2.3 DESIGN: 6 B. Manhole risers, transition slabs, conical tops, grade rings and manhole base sections shall be 7 designed, by manufacture,to requirements of ASTM C 478 and ASTM C 857 as modified to 8 accept polymer construction in lieu of concrete as follows: 9 1. Polymer Mixture-the mixture shall consist solely of thermosetting resin sand and 10 aggregate.No cementitious materials shall be allowed as part of the mix design matrix. 11 All sand and aggregate shall be nonreactive in an acid environment. 12 2. Required wall thickness for all members will be that stated by polymer manhole 13 manufacturer based upon loading conditions and material properties. The wall thickness 14 of risers and conical tops shall be not less than that prescribed by the manufacturer's 15 design by more then 5%. A wall greater than the prescribed design shall not be cause for 16 rejection. 17 3. Thermosetting Resin -The resin shall have a minimum of deflection temperature of 158° 18 F when tested at 264 psi (1.820 mPa)following Test Method D 648. The resin content 19 shall not be less than 7%of the weight of the sample as determined by test method D 20 2584. Resin selection shall be suitable for applications in the corrosive conditions to 21 which the structures will be exposed. 22 4. Each manhole component shall be free of all defects, including indentations, cracks, 23 foreign inclusions and resin starved areas that, due to their nature and degree or extent, 24 detrimentally affect the strength and serviceability of the component part. The internal 25 diameter of manhole components shall not vary more than I%.Variations in height of 26 two opposite sides of risers and conical tops shall not be more the 5/8 inch. The under run 27 in height of a riser or conical top shall not be more than 1/4in./ft of height with a 28 maximum of 1/2 inch in any one section. 29 5. Marketing and Identification - Each manhole shall be marked on the inside and outside 30 with the following information - Manufacturer's name or trademark, Manufacturer's 31 location and Production Date. 32 6. Manhole joints shall be assembled with a bell/spigot or shiplap butyl mastic joint so that 33 on assembly, manhole base, riser and top section make a continuous and uniform 34 manhole. Joint sealing surfaces shall be free of dents, gouges and other surface 35 irregularities that would affect joint integrity. 36 7. Minimum clear distance between two wall penetrations shall be a minimum of 6"on 48" 37 to 72"diameter manholes and a minimum of 8"on larger diameter manholes. A 38 clearance of 3" is required between wall penetration and joint. 39 8. Construct invert channels to provide smooth flow transition waterway with no disruption 40 of flow at pipe-manhole connections. Invert slope through manhole is as indicated on 41 drawings. Provide curves for side inlets and smooth invert fillets for flow transition 42 between pipe inverts. Polymer bench and channel are to be constructed with all resin 43 aggregate material—no alternative fill material is allowed. Extended base footer 44 requirements for buoyancy concerns can be addressed with cementitious concrete 45 material. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I PROJECT NO.-02200 33 39 621 -5 CONCRETE POLYMER MAN]IOLFS Page i of 5 1 9. Provide resilient connectors conforming to requirements of ASTM C 923 or as a required 2 by owner. All connectors are to be water tight. Install approved resilient connectors at 3 each pipe entering and exiting manholes in accordance with manufacturer's instructions. 4 10. Exceptions to ASTM C 478-components shall be designed for the intended combinations 5 of manufacturing materials. Component designs may be as non-reinforced members or 6 reinforced members as recommended by the manufacturer. Steel reinforcement is not 7 required for circumferential reinforcement,joint reinforcement, base slab reinforcement 8 or hoop reinforcement, but may be placed for the purpose of product handling. 9 2.4 QUALITY CONTROL 10 A. Facility Quality Control should be maintained by adhearing to ISO 9001 for manufacturning. 11 All fabricators will be ISO 9001 Certifiied. All fabrication will take place in an all polymer 12 concrete fabrication facility. At no time will the polymer concrete fabrication facility share 13 the facility with a cementitious precast product production facility. 14 2.5 GROUTING 15 A. All materials needed for grouting and patching will be a polyester mortar compound provided 16 by the manufacturer or an approved equal by the manufacture. 17 18 19 20 END OF SECTION CITY OF FORT WOR-1 H SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 PROJECT NO.-02200 33 39 60- 1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Paec I of 6 1 SECTION 33 39 60 2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high-build epoxy coating system to concrete utility structures such 7 as manholes, lift station wet wells,junction boxes, pipes or other concrete facilities 8 that may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 I 1 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division I —General Requirements 15 3. Section 33 01 30—Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manholes 19 a. Measurement 20 1) Measurement for this Item shall be per vertical foot of coating as measured 21 from the bottom of the frame to the top of the bench. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per vertical foot of"Epoxy Manhole Liner' applied. 26 c. The price bid shall include: 27 1) Furnishing and installing Liner as specified by the Drawings 28 2) Hauling 29 3) Disposal of excess material 30 4) Clean-up 31 5) Cleaning 32 6) Testing 33 2. Non-Manhole Structures 34 a. Measurement 35 1) Measurement for this Item shall be per square foot of area where the 36 coating is applied. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement" shall be paid for at the 40 unit price bid per square foot of"Epoxy Structure Liner" applied. 41 c. The price bid shall include: 42 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO -02200 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 1 2) Hauling 2 3) Disposal of excess material 3 4) Clean-up 4 5) Cleaning 5 6) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 13 Reagents. 14 b. D638, Standard Test Method for Tensile Properties of Plastics. 15 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 16 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 17 Reinforced Plastics and Electrical Insulating Materials. 18 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 19 the Taber Abraser. 20 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 21 Gages. 22 g. D4541, Standard Test Method for Pull-off Strength of Coatings Using Portable 23 Adhesion Testers. 24 3. Environmental Protection Agency(EPA). 25 4. NACE International (NACE). 26 5. Occupational Safety and Health Administration (OSHA). 27 6. Resource Conservation and Recovery Act, (RCRA). 28 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 29 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 01 33 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Technical data sheet on each product used 37 2. Material Safety Data Sheet(MSDS)for each product used 38 3. Copies of independent testing performed on the coating product indicating the 39 product meets the requirements as specified herein 40 4. Technical data sheet and project specific data for repair materials to be topcoated 41 with the coating product including application, cure time and surface preparation 42 procedures 43 B. Contractor Data CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 1 1. Current documentation from coating product manufacturer certifying Contractor's 2 training and equipment complies with the Quality Assurance requirements specified 3 herein 4 2. 5 recent references of Contractor indicating successful application of coating 5 product(s)of the same material type as specified herein, applied by spray 6 application within the municipal wastewater environment 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Qualifications 11 1. Contractor 12 a. Be trained by, or have training approved and certified by,the coating product 13 manufacturer for the handling, mixing, application and inspection of the coating 14 product(s)to be used as specified herein 15 b. Initiate and enforce quality control procedures consistent with the coating 16 product(s)manufacturer recommendations and applicable NACE or SSPC 17 standards as referenced herein 18 1.10 DELIVERY,STORAGE,AND HANDLING 19 A. Keep materials dry, protected from weather and stored under cover. 20 B. Store coating materials between 50 degrees F and 90 degrees F. 21 C. Do not store near flame, heat or strong oxidants. 22 D. Handle coating materials according to their material safety data sheets. 23 1.11 FIELD [SITE] CONDITIONS 24 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 25 perform the specified work. 26 1.12 WARRANTY 27 A. Contractor Warranty 28 1. Contractor's Warranty shall be in accordance with Division 0. 29 PART 2- PRODUCTS 30 2.1 OWNER-FURNISHED IoR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 32 A. Repair and Resurfacing Products 33 1. Compatible with the specified coating product(s) in order to bond effectively, thus 34 forming a composite system 35 2. Used and applied in accordance with the manufacturer's recommendations 36 3. The repair and resurfacing products must meet the following: 37 a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy 38 topcoating compatibility CITY OF FORT WORTH SYCAMORE CREED RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 1 b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink 2 repair mortar that can be toweled or pneumatically spray applied and 3 specifically formulated to be suitable for topcoating with the specified coating 4 product used 5 B. Coating Product 6 1. The coating shall be S--01 F.poxy Spray System as nlanuf Ictured by Warren 7 Fns irom'nenLal. Inc, or 1're-approval equivalent, 8 2. Capable of being installed and curing properly x4ithin a manhole or concrete utility 9 environment. 10 3. Resistant to all forms of chemical or bacteriological attack found in municipal 11 sanitary sewer systems; and, capable of adhering to typical manhole structure 12 substrates 13 4. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 14 following characteristics: 15 a. Application Temperature—50 degrees F, minimum 16 b. "l hickness 125 mils or 200 mils mininnurn, per paragraph 3AC 17 c. Color—White, Light Blue, or Beige 18 d. Compressive Strength (per ASTM D695)—8,800 psi minimum 19 e, Tensile Strength (per AS1'',l D638) _ 7.000 psi minimum 20 f. Hardness, Shore D(per ASTM D4541)—70 minimum 21 g. Abrasion Resistance(per ASTM D4060 CS 17F Wheel)—80 mg loss 22 maximum 23 h. Flexural Modulus(per ASTM D790)—400,000 psi minimum 24 i. Flexural Strength (per ASTM D790)— 12,000 psi minimum 25 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate(concrete) 26 failure 27 k. Chemical Resistance (ASTM D543/G20)all types of service for: 28 1) Municipal sanitary sewer environment 29 2) Sulfuric acid, 30 percent 30 3) Sodium hydroxide, 5 percent 31 C. Coating Application Equipment 32 1. Manufacturer approved heated plural component spray equipment 33 2. Hard to reach areas, primer application and touch-up may be performed using hand 34 tools. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL 37 1. Testing 38 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 39 manhole, 2 spaced equally apart along the wall and 1 on the bench. 40 1) Document and attest measurements and provide to the City. 41 b. After coating has set, repair all visible pinholes by lightly abrading the surface 42 and brushing the lining material over the area. 43 c. Repair all blisters and evidence of uneven cover according to the 44 manufacturer's recommendations. 45 d. Test manhole for final acceptance according to Section 33 01 30. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 1 PART 3- EXECUTION 2 3.1 INSTALLERS 3 A. All installers shall be certified applicators approved by the manufacturers. 4 3.2 EXAMINATION INOT USED] 5 3.3 PREPARATION 6 A. Manhole Preparation 7 1. Stop active flows via damming, plugging or diverting as required to ensure all 8 liquids are maintained below or away from the surfaces to be coated. 9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 11 source. 12 a. Where varying surface temperatures do exist, coating installation should be 13 scheduled when the temperature is falling versus rising. 14 B. Surface Preparation 15 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 16 compounds, efflorescence, sealers, salts or other contaminants which may affect the 17 performance and adhesion of the coating to the substrate. 18 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 19 means of degradation so that only sound substrate remains. 20 3. Surface preparation method, or combination of methods, that may be used include 21 high pressure water cleaning, high pressure water jetting, abrasive blasting, 22 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 23 others as described in SSPC SP 13/NACE No. 6. 24 4. All methods used shall be performed in a manner that provides a uniform, sound, 25 clean, neutralized, surface suitable for the specified coating product. 26 3.4 INSTALLATION 27 A. General 28 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 29 grouting are complete. 30 2. Perform application procedures per recommendations of the coating product 31 manufacturer, including environmental controls, product handling, mixing and 32 application. 33 B. Temperature 34 1. Only perform application if surface temperature is between 40 and 120 degrees F. 35 2. Make no application if freezing is expected to occur inside the manhole within 24 36 hours after application. 37 C. Coating 38 1. SpraN app1\1 per manufacturer's reconimendath)n at a mininnum film thickness of 39 125 nails for pipe linings and pre-cast concrete manholes and 200 rails f(.)r cast-in- 40 place concrete Strictures. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I CITY PROJECT NO.-02200 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 1 2. Apply coating from bottom of manhole frame to the bench/trough, including the 2 bench/trough. 3 3. After walls are coated, remove bench covers and spray bench/trough to at least the 4 same thickness as the walls. 5 4. Apply any topcoat or additional coats within the product's recoat window. 6 a. Additional surface preparation is required if the recoat window is exceeded. 7 5. Allo" a mimmun) of' 12 hours of dire uric or lie set hard to touch before 8 reaetivatina flow. 9 6, Allwx C,1SL-in-lX1C C0r1CretC to cure `8 elm's prior to Coating. 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL 13 A. Each structure will be visually inspected by the City the same day following the 14 application. 15 B. The inspector will check for deficiencies, pinholes and thin spots. 16 C. If leaks are detected they will be chipped back, plugged and coated immediately with 17 protective epoxy resin coating. 18 1. Make repair 24 hours after leak detection. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES 23 A. Upon final completion of the work, the manufacturer will provide a written certification 24 of proper application to the City. 25 B. The certification will confirm that the deficient areas were repaired in accordance with 26 the procedure set forth in this Specification. 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 CITY PROJECT NO.-02200 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 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY 01:FORT WORM I SYCAMORE CRFEK RELIEF INTERCEPTOR—PI IASF I STANDARD CONSTRUCTION SPECIFIC:ITION DOCUMENTS CITY PROJECT N0 -02200 ReNised.luh 1.2011 GEOTECHNICAL ENGINEERING REPORT SYCAMORE CREEK RELIEF INTERCEPTOR, FORT WORTH, TEXAS GEOTECHNICAL ENGINEERING REPORT Sycamore Creek Relief Interceptor Fort Worth, Texas Prepared by: » ............. Gorrondona &Associates, Inc. Prepared for: Lockwood, Andrews & Newnam, Inc. 1320 South University Drive, University Centre II, Suite 450 Fort Worth, Texas 76107 Attention: Mr. Paul Banschbach, PE August 2, 2017 G&AI Project No. LAN_1602.00 GORRONDONA&ASSOCIATES,INC.-TEXAS ENGINEERING FIRM REGISTRATION NO.F-7933 Gorrondona & ,Nssoci tes. Inc. Al August 2, 2017 Mr. Paul Banschbach, PE Lockwood, Andrews & Newnam, Inc. 1320 South University Drive University Centre!I, Suite 450 Fort Worth,Texas 76107 Re: GEOTECHNICAL ENGINEERING REPORT Sycamore Creek Relief Interceptor Fort Worth,Texas G&AI Project No. LAN_1602.00 Dear Mr. Banschbach: Gorrondona & Associates, Inc. (G&AI) is pleased to submit this Draft Geotechnical Engineering Report for the above-referenced project. 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, Saurav Sinha, E.I.T. � ' • •9',,1 Staff Engineer i * • '•*I�j ♦.. •;* ................. .............. .J LEE E. GURECKY 8A40`�I...._:....120055..... .... i Lee Gurecky, P.E. ,i �`A� NGr. Project Engineer—Geotechnical Engineering and CMT Services 7524 11ick Biv ! Co%ith - Fart Worth, i§ x.�- J 4Y.L).1424 r Fax 817,4 6.1168 InC. 'I(' '� io?nE.'€?E" i-.. `:'77 it?',?15Zf<f 301 No, F-/933 TABLE OF CONTENTS Page 1.0 Introduction .................................................................................................................... 1 2.0 Field Investigation........................................................................................................... 2 3.0 Laboratory Testing.......................................................................................................... 3 4.0 Site Conditions ................................................................................................................4 4.1 General........................................................................................................................4 4.2 Geology....................................................................................................................... 5 4.3 Soil/Rock...................................................................................................................... 5 4.4 Groundwater............................................................................................................... 7 5.0 Analysis and Recommendations..................................................................................... 7 5.1 Seismic Site Classification ........................................................................................... 7 5.2 Construction Excavations............................................................................................ 8 5.3 Groundwater Control.................................................................................................. 9 5.3.1 Testing.................................................................................................................. 9 5.4 Demolition Considerations ......................................................................................... 9 5.5 Loading on Buried Structures.................................................................................... 10 5.6 Retaining Structures.................................................................................................. 11 5.7 Buried Piping............................................................................................................. 12 5.8 Tunneling................................................................................................................... 13 6.0 General Comments ....................................................................................................... 13 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 GEOTECHNICAL ENGINEERING REPORT Sycamore Creek Relief Interceptor Fort Worth, Texas 1.0 INTRODUCTION Proiect Location: The project is located at the intersection of E. Vickery Boulevard and Sycamore Street (Southern Terminus) going north parallel to the Sycamore Creek Golf Course roughly 5,000 linear feet (LF) toward Interstate 30 in Fort Worth, Texas. The general location and orientation of the site are provided in Appendix A—Project Location Diagrams. Pro*ect Description: The project consists of the following proposed improvements: An approximately 66-inch diameter relief interceptor (totaling approximately 5,000 linear feet). The wastewater pipeline to be used for the project is made of a fiber glass material. The project consists of open cut excavation along the alignment area located at the Sycamore Creek Golf Course and tunneling for the alignment area running perpendicular to the Union Station Rail line passing through East Lancaster Avenue north to the Fort Worth Branch Trinity Trails System adjacent to Interstate 30. Proiect Authorization: This geotechnical investigation was authorized by Mr. Justin Reeves, PE with Lockwood, Andrews & Newnam, Inc. and performed in accordance with the Subconsultant Agreement dated December 27, 2016. 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. 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. G&AI Project No. LAN_1602.00 Page 1 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&AI. 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 Surface Depth,feet Date GPS Location Nos. Elevation bgS2 Drilled Latitude Longitude Above(msl)1, {fee# B-01 515.96 30 7/15/2017 32.74927 -97.29848 B-02 516.24 30 6/29/2017 32.74856 -97.29864 B-03 519.77 30 5/23/2017 32.74618 -97.29896 B-04 521.26 30 5/23/2017 32.74464 -97.29917 B-05 517.25 30 6/29/2017 32.74372 -97.29909 B-06 1 517.64 1 30 1 6/29/2017 1 32.74148 -97.29859 B-07 526.16 30 6/29/2017 32.73659 -97.29661 Notes: 1. msl=mean sea level 2. bgs=below ground surface 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 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 pull-down of the drilling rig. The soil 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 4.50+. G&AI Project No. LAN_1602.00 Page 2 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 (lbs.) 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 Penetrometer tests were used to assess the apparent in-place strength characteristics of the 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 measured at 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Rock Coring: Rock cores were generally obtained using core barrel sampling procedures in general accordance with ASTM D2113. In the core barrel procedure, a sample is obtained using a rotating hollow steel tube equipped with a coring bit. 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 several 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 procedures utilized for this project, or referenced elsewhere relative to our geotechnical investigation and recommendations are tabulated below. 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 G&AI Project No. LAN_1602.00 Page 3 Test Procedure Description ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No. 200(75-µm) Sieve 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 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 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 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 cut or fill on site. Reviewed aerial photographs are included in Appendix D - Aerial Photographs. Aerial photographs were reviewed for years 2017, 2011, 2007, 2001 and 1995. Aerial photographs indicate the site is located near an existing utility easement. Our review revealed no obvious areas of significant cut or fill on-site. 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. G&AI Project No. LAN_1602.00 Page 4 Site Photographs: Photographs representative of the site at the time of this investigation are provided in Appendix F -Site Photographs. 4.2 Geology Geologic Formation: Based on available surface geology maps and our experience, it appears this site is located in the Pawpaw Formation, Weno Limestone, and Denton Clay, undivided underlain by Fort Worth Limestone and Duck Creek Formation, undivided with Alluvium and Terrace deposits. A geologic atlas and USGS formation description are provided in Appendix G - Geologic Information. Alluvium deposits generally consist of sand, gravel, silt and clay. The Fort Worth Limestone and the Pawpaw Formation, Weno Limestone, and Denton Clay, undivided consist of limestone and clay and the Duck Creek formation consists of limestone and marl. Geologic Faults: A geologic fault study was beyond the scope of this investigation. 4.3 Soil/Rock 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 at the Proposed 66-inch Wastewater Line (Borings B-01, B-02,B-05 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 6 to 25 FAT CLAY AND LEAN Soft to hard FAT CLAY(CH)/FAT CLAY WITH SAND(CH), CLAY firm to hard LEAN TO FAT CLAY(CL-CH)and soft to hard LEAN CLAY(CL)/ LEAN CLAY WITH SAND (CL). Exception: Loose to medium dense POORLY GRADED SAND WITH CLAY AND GRAVEL (SP-SCJ/CLAYEY SAND(SC)of 15-to 25 feet bgs in Boring B-05. 25 30 SANDY LEAN CLAY Soft to stiff SANDY LEAN CLAY (CL), LEAN CLAY (CL) / AND WEATHERED LEAN CLAY WITH SAND (CL) and soft to hard LIMESTONE WEATHERED LIMESTONE. Exception: Loose to medium dense POORLY GRADED SAND WITH CLAY AND GRAVEL (SP- SCJ/CLAYEY SAND(SCJ of 25-to 30 feet bgs in Boring 8-05. Note: Boring Termination Depth=30 feet bgs. G&AI Project No. LAN_1602.00 Page 5 Generalized Subsurface Conditions at Proposed 66-inch Wastewater Line (Borings B-03&B-04) Nominal.Depth,feet bgs (Except as Noted) General Detailed Description of° Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 9 CLAYEY SAND AND Medium dense CLAYEY SAND (SC), very stiff to hard LEAN LEAN CLAY WITH SAND CLAY WITH SAND (CL). Pavement: 9 to 13-inches below ground surface. 9 30 LIMESTONE Very hard LIMESTONE. Exception: Soft to hard WEATHERED LIMESTONE of 9-to 15 feet bgs in boring 8-04. Note: Boring Termination Depth=30 feet bgs. Swell Potential based on Atterberg Limits: Atterberg (plastic and liquid) limits were performed on 11 soil samples obtained at depths between 0- and 10-feet bgs. The plasticity index of the samples was between 12 and 41 with an average of 27 indicating that the soils have a high potential for shrinking and swelling with changes in soil moisture content. The results of the tests are summarized below. 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. Absor tion Swell Test Results Boring Avg. Moisture Liquid Plasticity Applied Swell No. Depth Content,(%) Limit,LL Index,PI Overburden (%) (ft.) Stress(psi) B-01 3 27 62 39 2.4 0.36 B-01 14 22 - 10.2 0.16 B-02 5 18 - - 2.4 4.48 B-02 9 16 - - 4.1 2.06 B-04 6 19 - - 7.0 0.95 B-05 5 20 - - 7.1 0.36 B-05 9 14 - - 6.7 2.73 B-06 9 12 44 27 6.7 1.41 B-07 5 21 - - 4.7 2.45 Soil Chemical Analysis: Soluble sulfate test (Tex-145-E) were performed for this project and the results are summarized below. Soluble Sulfate Test Boring No. Depth(feet,bgs) Sulfate Content(ppm) B-01 6-8 247 B-02 6-8 167 B-03 5-6 187 B-04 7-8 173 B-05 4-6 247 B-06 2-4 180 B-07 4-6 207 G&AI Project No. LAN_1602.00 Page 6 4.4 Groundwater Groundwater Levels: The borings were advanced using dry auger drilling techniques, which allow short term groundwater observations to be made during the drilling and sampling process. Intermittent sampling was performed to the top of the bedrock with continuous coring in the bedrock to the termination depths. Where groundwater seepage was observed during drilling it is so recorded on the logs. Groundwater levels, when encountered in the borings during drilling for this investigation, are identified below. Boring No. Depth Groundwater Initially Groundwater Depth after 15 Minutes Encountered(feet, bgs) (feet,bgs) B-01 22.0 17.0 B-02 23.0 17.3 B-03 Not Encountered Not Encountered B-04 Not Encountered Not Encountered B-05 17.0 16.0 B-06 Not Encountered Not Encountered B-07 25.0 18.4 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 as referenced in the 2012 IBC, the seismic site classification for this site is C. G&AI Project No. LAN_1602.00 Page 7 5.2 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. The following table addresses OSHA soil type based on the observed soils in the project borings. OSHA Soil Type by Boring Location and Depth Boring No. Soil Type Depth(feet) B-01 B 0-20 B-02 B 0-20 B-03 C 0-10 B-04 B 0-15 B-05 C 0-20 B-06 B 0-20 B-07 B 0-20 For rock, short-term construction excavations may be constructed with a vertical slope. Recommendations provided herein are not valid for any long-term or permanent slopes on- site. We should be contacted to review sloped excavations deeper than 20 feet. For Type B soils, short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (H:V). For Type C soils, short-term construction excavations may be constructed with a maximum slope of 1.5:1, horizontal to vertical (H:V). Shored Excavations: Vertical shored short-term construction excavations may be used, as an alternative to sloped excavations, in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 65 pounds per cubic feet (pcf) above the groundwater table depth and 95 pcf below groundwater table depth. 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 20-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. G&AI Project No. LAN_1602.00 Page 8 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. 5.3 Groundwater Control Groundwater was encountered at depths as shallow as 16.0-feet bgs 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. 5.3.1 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. We recommend the minimum soil compaction testing of one test per lift per 100 linear feet of utility backfill. If the materials fail to meet the density or moisture content specified,the course should be reworked as necessary to obtain the specified compaction. 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. 5.4 Demolition Considerations Applicability: Recommendations in this section apply to the removal of any existing utilities or pavement which may be present on this site. 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 G&AI Project No. LAN_1602.00 Page 9 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 where indicated in the drawings. Utilities which are abandoned in place should only be abandoned as indicated in the drawings. 5.5 Loading on Buried Structures Applicability: Recommendations in this section are applicable to the design of buried junction boxes, piping and manholes associated with this project. Uplift: Buried structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Soil 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 neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot (psf) may be used to design structures below a depth of 3 feet. Lateral Pressure: The buried structures should be designed for equivalent fluid pressures as provided in the table below. y s,° uivalet F{u{tl 1? esS,u>" ., .�iIi 421 At�Rest Pressure' w T p bIQ6 Abq,',V#- Below Above ee{qw 3 Water TatS`le Water Tab{.a Water Table Water Table' Fat Clay and Lean Clay(CH/CL) Unit Weight 125 pcf and Friction Angle of 22' 60 90 80 100 ka=0.46;ko=0.63 Clayey Sand (SC) - Plasticity Index between 8 and 25. 45 85 65 95 Unit Weight 120 pcf and Friction Angle of 28° ka=0.36;ko=0.53 Notes: (1) The values provided are to the nearest 5 pcf. (2) ka=Coefficient of Active Earth Pressure;ko=Coefficient of At-Rest Earth Pressure Vertical Pressure: Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 130 pcf. This does not include surcharge G&AI Project No. LAN_1602.00 Page 10 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. Uplift Pressure: The uplift force on buried structures due to the swelling of the active clays can be approximated by assuming a uniform uplift pressure of 1,800 psf acting over the perimeter of the buried structure located within 12-feet below the final grade. Foundations: The net increase in bearing pressure below buried junction boxes, piping and manholes is generally negligible. Provided that the structure is underlain by firm, undisturbed soil,the ground surface over and adjacent to the structure remains at about the same level prior to construction, and no additional load is applied to the structure, we expect post-construction settlements of buried structures to be negligible. Empty buried structures below the groundwater table will be subject to buoyant forces. Buoyant forces on buried structures will be resisted by the dead weight of the structure, effective weight of the soil above the structure, and skin friction previously described. Limitations: Recommended design pressures provided herein do not include loading due to tunnel installation, where applicable. Depending on the type of tunnel, loading on piping due to construction can far exceed stresses induced by soil and surcharge loading and may dictate piping selection. Where appropriate, loading on piping due to tunneling should be factored into the design of buried piping. 5.6 Retaining Structures Applicability: G&AI was not notified of any specific retaining structures in conjunction with this project. 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 Resistance: Resistance to lateral loads may be provided by the soil adjacent to the structure. We recommend using an equivalent fluid weight of 200 pcf for 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 (Factor of Safety of FS=3). An ultimate coefficient of sliding friction of 0.30 between the retaining structure concrete footings and underlying soil may be combined with the passive lateral resistance. G&AI Project No. LAN_1602.00 Page 11 5.7 Buried Piping 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 an ultimate coefficient of base friction of 0.30 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. Thrust Restraint Passive Resistance Allgwable Passive Earth Pressure by Material Type Material `` Allowable Passive Pressure(psf) Native Clay and Clayey Sand 2,000 Compacted Clay Fill 1,500 Limestone 3,000 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 limestone are 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 sanitary sewer piping should be in accordance with the City of Fort Worth or other applicable jurisdiction standard specifications. The pipe-zone consists of all materials surrounding the pipe in the trench from 6-inches below the pipe to 12 inches above the pipe. Trench Backfill: Excavated site soils may 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 of about 1 to 2 percent of the total fill thickness over time. 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. Testing: Compaction tests should be performed in each lift of the compacted material. We recommend the following minimum soil compaction testing be performed: one test per lift G&AI Project No. LAN_1602.00 Page 12 per 100 linear feet of backfill. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. 5.8 Tunneling General: Several segments of the proposed waste water line are identified as bore (thrust bore) or potentially tunneled sections. These include road and railroad crossings, creek or drainage ditch crossings and/or zones where open trench construction may be overly disruptive. We understand that means and methods for construction of bore, thrust bore or tunnels related to this project are at the discretion of the Contractor. Furthermore, only limited information was available regarding the potential bore alignments at the time of writing this report. Consequently, detailed tunnel design recommendations are not provided. This report should be considered a Geotechnical Data Report (GDR) for the purposes of bore, thrust bore and/or tunnel design and construction. Design recommendations provided in the "Construction Excavations" section may be utilized for temporary tunnel access shaft excavations. Design recommendations provided in the "Loading on Buried Structures" section of this report may be utilized for tunnels and permanent access shafts. The "Buried Piping" section specifically excludes tunnel loading due to construction. Construction loads may dictate bore, thrust bore or tunnel piping design and should be determined by the Contractor and applied to the tunnel piping design, as appropriate. Borings B-01 to B-05 can be referenced to determine the anticipated soil and rock material through which the bore pipe will penetrate. 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 G&AI Project No. LAN_1602.00 Page 13 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 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. Liabilitv 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. LAN_1602.00 Page 14 uj it t 'i iy 6F T. ii F1 4 ill•• fit * L�LL,�I . �• �. }�.` 8' F' G , .• At de 3t T1 rci;k 41. � k • -- , y ;iii •'4!.any- - .� x _ ' • n . m 6 k x dr RP ■ +' 'r ' f, x lip I _ � t _ S{ y Iy�.�L7 r�1 .�c•Yy~ - � � .Rim`" 1 - - • • i,_ .tiµ. "- Iii � _ � t - �i '/ — �• �j ism _ ti � �.� • r W / 511 � ;+ 4wi} Ij ■ �IlnX I ". 97 4 LL. } ro LL Ar .64 - ` - -- CD a LD ILI 576 L" rj ' t'r l41 10 • A4 0 Uln s - # • C , ir 1 a CUD 41 C } cr- Q � r Z • ' o Z N _ J ' t z I' 1 U z v ' y •� c J1 5 LLJ " G'' Awl 0 J 1' r T- /•�; r R J a a 1 r� Lip 40 f - 4 • fi - m t Ir i - - i S Ir f s wpf-; � k $ . � e . . � � .i � � . , � ��� - - - \ _ , . r. , 44 � �l / \ .2 . ' . . l (> � . ( / P." Itiomkr 'r )- e ■ � - . � ��. , n:�w � \� . .■� . � ; � . f . } ± — . | $ ' \ : \� ■ - . - � ��� Appendix C - Boring Logs and Laboratory Results Gorrondona&Associates, Inc. BORING NUMBER B-01 / 7524 Jack Newell Blvd. S., Fort Worth.TX 76118 i 3 4641 Kennedy Commerce Drive, Houston,TX 77032 PAGE 1 OF 1 Telephone : 817-496-1424(FW), 281-469-3347(HOU) Fax 817-496-1768(FW), 281-469-3347(HOU) CLIENT Lockwood,Andrews&Newnam Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 7/15/17 COMPLETED 7/15/17 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger Q INITIALLY ENCOUNTERED 22.0 ft LOGGED BY Stratabore CHECKED BY SS 1 AFTER 15 MIN. 17.0 ft NOTES AFTER 24 HR Not Measured ATTERBERG H W z u,c N w o LIMITS w _ H ~m a w❑ �z� M� z U) ~� �z U z w Q O MATERIAL DESCRIPTION _j U >a7 _j 5 Q w� > 2 2 a z n ci w p F F F �w �o p 1 0- ~ O- MO> Ye b = . o . =) H �— U C7 2z U UZ U O E � U } Oz C7� U) Np Uv Q W O ~ U N 2 O ,J J J J Q Z W U a a p U a .j z 0 a u_ FAT CLAY/FAT CLAY WITH SAND-Stiff to very stiff, dark brown and dark gray. ST 1.75 23 ST 1.50 27 62 23 39 95 5 ST 1.50 ST 1.50 25 ST 2.50 1.8 107 21 10 ST 4.00 22 15 LEAN CLAY/LEAN CLAY WITH SAND-Soft to stiff, light brown and brown,with iron ST 3.00 19 45 16 29 89 20 nodules. N H CD 17 W _ H Q J a ST 0.75 1.2 110 22 a 25 0 a U H d CD 0 0 N O N a ST 0.50 24 0 30 Bottom of hole at 30.0 feet. Lna a w a U H Gorrondona&Associates, Inc. BORING NUMBER B-02 7524 Jack Newell Blvd. S., Fort Worth,TX 76118 '. PAGE 1 OF 1 4641 Kennedy Commerce Drive, Houston,TX 77032 Telephone:817-496-1424(FW),281-469-3347(HOU) Fax: 817-496-1768(FW), 281-469-3347(HOU) CLIENT Aockwood,Andrews&Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 6/29/17 COMPLETED 6/29/17 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger Q INITIALLY ENCOUNTERED 23.0 ft LOGGED BY Denny CHECKED BY SS 1 AFTER 15 MIN. 17.3 ft NOTES AFTER 24 HR Not Measured ATTERBERG W o o z m �, o LIMITS w W w > w w a(7 wm o w� oz_j �w j w m� .��' Z u �z o U ~x O� O MATERIAL DESCRIPTION U >C7 J Q w n rn o w U w U" O$ CEJ a- F__ w� m0Z Ov Ov E 2 U `� �v 0O CY �Z W < v a o o v g g Z 0 a- LL FAT CLAY(CH)-Soft to hard,dark brown and brown. ST 4.50+ 17 ST 4.50+ 15 59 23 36 97 5 ST 4.50+ 11.6 108 19 ST 4.50+ 16 ST 4.50+ 16 10 ST 4.50+ ST 3.50 3.9 108 20 55 20 35 97 15 ST 3.00 19 20 N W Q a a ST 1.00 1.1 108 21 a 25 a SANDY LEAN CLAY(CL)-Soft,brown. U H a C7 0 0 N O b a ST 0.50 23 35 15 20 58 30 o Bottom of hole at 30.0 feet. a a g w r a U H SI Gorrondona&Associates, Inc. BORING NUMBER B-03 7524 Jack Newell Blvd. S., Fort Worth. TX 76118 4641 Kennedy Commerce Drive Houston, TX 77032 PAGE 1 OF 1 Telephone: 817-496-1424(FW),281-469-3347(HOU) Fax: 817-496-1768(FW), 281-469-3347(HOU) CLIENT Aockwood,Andrews&Newnam Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 5/23/17 COMPLETED 5/23/17 GROUND ELEVATION HOLE SIZE CONTRACTOR Strata Bore GROUND WATER LEVELS: METHOD Auger 0 to 10 feet Rock Coring from 10 to 30 feet INITIALLY ENCOUNTERED Not Encountered LOGGED BY Sayak CHECKED BY SS AFTER 15 MIN. Not Encountered NOTES AFTER 24 HR Not Measured w ATTERBERG o z a�c U, w o LIMITS w o ~ a 0 MATERIAL DESCRIPTION w CO v w d O Z J ~LLJ_N >_N �'r C `' z� ~Z a U ~x O 0 �J (1 ~ O� m0� Y �v E ami o m n �H Lo 2� U� C7 1E z U U Z U O O - U a� r O Z C7 J J J Lo Lo w V � d U� o �� J 0 _j Z 0 o w PAVEMENT-Asphalt(3-inch), Base(10-inch) AU CLAYEY SAND(SC)-Medium dense, light brown,with gravel and limestone fragments. ST 4.50+ 16 ST 4.50+ 12 18 5 ST 18 SS 14(24)13 21 31 19 12 23 10LIMESTONE-Very hard, gray,fairly C 50(0.25 ) continuous to continuous recovery,fair to 50(0.25 excellent quality. RC 95 (95) 15 C 50(1.25") 50(l.25" RC 95 (95) 8 20 C P, 50(0.25") a 50(0.25") a RC ($3) 42.4 151 5 a a 25 CL C 50(0.50") 50(0.25") a 78 0 RC (53) 6 Z_ a 30 Bottom of hole at 30.0 feet. C 50(0.50") > 50(0.50") w a a w CL U H GorrondonaBAssociates, Inc. BORING NUMBER B-04 G 7524 Jack Newell Blvd.S., Fort Worth,TX 76118 APAGE 1 OF 1 4641 Kennedy Commerce Drive,Houston,TX 77032 Telephone:817-496-1424(FW),281-469-3347(HOU) Fax:817-496-1768(FW),281-469-3347(HOU) CLIENT Lockwood Andrews&Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 5/23/17 COMPLETED 5/23/17 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Auger 0 to 15 feet Rock Coring from 15 to 30 feet INITIALLY ENCOUNTERED Not Encountered LOGGED BY Sayak CHECKED BY SS AFTER 15 MIN. Not Encountered NOTES _ AFTER 24 HR Not Measured ATTERBERG H W _ z m N W o LIMITS w = U �� �_ (nW W Z w� �'a �� H D_ wm o wo �z� N N mw r- m Z u HZ o x O� _ 0 MATERIAL DESCRIPTION U C7 ¢ w a m a w -I_- U W v o W W J (L ~ O� m0> Yv o:-- E m c u, �v WF �� � F-o () QZ W UZ O (jam U d OO aJ gJ Z Wv 0 U) o: o 0 o c) o a LL PAVEMENT-Asphalt(2-inch), Base(7-inch) AU LEAN CLAY WITH SAND(CL)-Very stiff to hard,dark brown, light brown and gray,with ST 4.50+ 3.6 109 21 40 18 22 81 calcareous and iron nodules. ST 4.50+ 18 5 ST4.50+ 3.7 112 18 ST 4.50+ 19 With limestone fragments from 8-to 9.5-feet. SS 26-44;18 8 35 18 17 76 10 WEATHERED LIMESTONE-Soft to hard,tan and gray. AU 151 LIMESTONE-Very hard,gray,continuous 50(0.50") recovery,good to excellent quality. 50 0.25" RC ($3) 36.7 143 8 20 50(1.00") 50(0.25") 0 c� 98 g RC (97) a a 25 a 50(0.25") F 50 0.25" a o RC 97 N (82) 10 Z 3 30 D Bottom of hole at 30.0 feet. C 50(0.25") >50 0.25" LU Cr J CL f w a U F Gorrondona &Associates. Inc. BORING NUMBER B-05 GI7524 Jack Newell Blvd. S., Fort Worth,TX 76118 4641 Kennedy Commerce Drive Houston,TX 77032 PAGE 1 OF 1 Telephone : 817-496-1424(FW), 281-469-3347(HOU) Fax: 817-496-1768(FW), 281-469-3347(HOU) CLIENT Aockwood,Andrews&Newnam Inc. PROJECT NAME _Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION FortWorth,Texas DATE STARTED 6/29/17 COMPLETED 6/29/17 GROUND ELEVATION HOLE SIZE CONTRACTOR Strata Bore GROUND WATER LEVELS: METHOD Continuous Flight Auger Q INITIALLY ENCOUNTERED 17.0 ft LOGGED BY Denny CHECKED BY SS 1 AFTER 15 MIN. 16.0 ft NOTES AFTER 24 HR Not Measured ATTERBERG F a z LIMITS w =C7 Ha of m d of �zJ �� ¢� NL 'F H� DZ CJ z Lu Q O MATERIAL DESCRIPTION �g c> >a 0�¢ w� > N n o, z n �w 0 x 0� p �J CL ~ 0� m0> Y �� c o w �� w Vo H 5— �— c7 Qz w Uz C) min c) 0 � �O �� ¢� Qz w cn o o p v o _j z 0 a- LL CLAYEY SAND(SC)FILL-Hard, brown,with gravel. ST 4.50+ 12 FAT CLAY(CH)-Hard,dark brown and brown,with limestone fragments. ST 4.50+ 6.2 101 23 64 24 40 95 5 ST 4.50+ 20 LEAN TO FAT CLAY(CL-CH)-Firm to hard, dark brown and brown,with calcareous ST 4.50+ 8.1 114 16 47 19 28 87 nodules. ST 4.50+ 14 10 ST 2.00 1.6 111 21 15 POORLY GRADED SAND WITH CLAY AND - GRAVEL(SP-SC)/CLAYEY SAND(SC)- Loose to medium dense, brown. 20 KSS 4(2 )3 15 5 N 9 N O C7 w N Q J CL W W 25 SS 2(86 18 29 16 13 14 O a U N CL C7 0 0 N O z SS 7-13-13 16 5 30 (26) 0 N Bottom of hole at 30.0 feet. J a w a U N Gorrondona&Associates, Inc. BORING NUMBER B-06 7524 Jack Newell Blvd.S., Fort Worth,TX 76118 PAGE 1 OF 1 A4641 Kennedy Commerce Drive,Houston,TX 77032 Telephone:817-496-1424(FW),281-469-3347(HOU) Fax: 817-496-1768(FW),281-469-3347(HOU) CLIENT Lockwood,Andrews&Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 6/29/17 COMPLETED 6/29/17 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Auger 0 to 25 feet, Rock Coring from 25 to 30 feet INITIALLY ENCOUNTERED Not Encountered LOGGED BY Denny CHECKED BY SS AFTER 15 MIN. Not Encountered NOTES AFTER 24 HR Not Measured ATTERBERG a o z w �, w e LIMITS w ~^ a0 Lu o wo 0z� CL N Q N w� ,� �' Z L) �z p U ~x O� w QO MATERIAL DESCRIPTION �� >� _jZ)Q w... >v nom' c N n mW �~ �~ Uw U' p o f o 0— m0> Ye O E m o N } Oz �� mg �o rn (� Qz w UZ UO F- Urn U m Cr 20 �J 5n mZ_ w < 0 d O U a d z 0 FAT CLAY(CH)-Hard,dark brown and brown. ST 4.50+ 18 ST 4.50+ 16.2 117 13 58 22 36 93 5 ST 10 LEAN CLAY WITH SAND(CL)-Stiff to hard, brown,with calcareous nodules and limestone ST 4.50+ 11 fragments. ST 4.50+ 12 43 17 26 75 10 ST 2.50 1.3 104 10 15 XSS 9-10-17 13 20 (27) N H 0 LU H a J a f w a a 25 a WEATHERED LIMESTONE-Soft to hard,tan C 50(0.50") and gray. 50 0.25" a 0 67 N RC (0) 1 z 5 30 Bottom of hole at 30.0 feet. C 50(0.75") w 50 0.25" c a a 2 IU a U H 2t7Gorrondona &Associates, Inc. BORING NUMBER B-07 !"'` 7524 Jack Newell Blvd. S., Fort Worth,TX 76115 PAGE 1 OF 1 4641 Kennedy Commerce Drive, Houston,TX 77032 Telephone : 817-496-1424(FW), 281-469-3347(HOU) Fax: 817-496-1768(FW), 281-469-3347(HOU) CLIENT Lockwood Andrews&Newnam Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth Texas DATE STARTED 6/29/17 COMPLETED 6/29/17 GROUND ELEVATION HOLE SIZE CONTRACTOR Strata Bore GROUND WATER LEVELS: METHOD Continuous Flight Auger V INITIALLY ENCOUNTERED 25.0 ft LOGGED BY Denny CHECKED BY SS 1 AFTER 15 MIN. 18.4 ft NOTES AFTER 24 HR Not Measured ATTERBERG H W z (D c in w o LIMITS W CL H� =C7 HW 0 �� �H� o Z y� mn j� Z M w zJ �c Qc r c v �Z _o U 0 z o- a 0 MATERIAL DESCRIPTION U >C! 0 Q w y > N �'rn Z n w ~ U x ov �J o D ~ O- m0> Yv �v E CL m o � �" �H �� U) Hpw co U` QZ W UZ O U(n U N �O �J QJ U)Z w U) o D 0 J o d tZ—i 0 FAT CLAY/FAT CLAY WITH SAND(CH)- Soft to hard, brown,with calcareous nodules ST 4.50+ 13 and gravel. ST 4.50+ 18 60 23 37 77 5 ST 4.50+ 5.8 103 24 ST 4.50+ 19 62 21 41 96 ST 4.50+ 6.2 107 20 10 ST 2.00 18 15 ST 2.00 2.3 106 23 20 N F- w H Q a w a ST 0.75 27 54 20 34 a 25 a WEATHERED LIMESTONE-Soft to hard,tan and gray. a 0 0 0 Z 0 30 9 1 Bottom of hole at 30.0 feet. C 50(0.75") > 50 0.25" W It LU a J a w F- a U F- ABSORPTION SWELL TEST(ASTU4S46}RESULTS ,,,.. Boring No. B-01 B-01 B-02 B-02 B-04 Average Sample Depth (ft) 3 14 5 9 6 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 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 Initial Sample Weight (gr) 121.3 134.7 127.3 130.4 133.0 Initial Moisture (%) 27 22 18 16 19 Final Moisture (%) 32 23 30 26 28 Initial Wet Unit Weight (pcf) 118 131 123 126 129 Initial Dry Unit Weight (pcf) 93 107 104 109 109 Applied Over Burden (psi) 2.4 10.2 2.4 4.1 7.0 Initial Dial Reading (in) 0.0145 0.0140 0.0173 0.0145 0.0158 Final Dial Reading (in) 0.0174 0.0153 0.0531 0.0310 0.0234 Swell (%) 0.36 0.16 4.48 2.06 0.95 Project No.: LAN 1602.00 Project: Sycamore Creek Relief Interceptor Performed by : Gorrondona and Associates, Inc. ABSORPTION SWEf,I TSTA M D546).RESULTS fh Boring No. B-05 B-05 B-06 B-07 Average Sample Depth (ft) 5 9 9 5 Sample Height (in) 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 Initial Sample Weight(gr) 126.5 133.5 139.6 130.3 Initial Moisture (%) 20 14 12 21 Final Moisture (%) 25 22 17 28 Initial Wet Unit Weight (pcf) 123 129 135 126 Initial Dry Unit Weight (pcf) 102 114 121 105 Applied Over Burden (psi) 7.1 6.7 6.7 4.7 Initial Dial Reading (in) 0.0112 0.0125 0.0184 0.0143 Final Dial Reading (in) 0.0141 0.0343 0.0297 0.0339 Swell (%) 0.36 2.73 1.41 2.45 Project No.: LAN_1602.00 Project: Sycamore Creek Relief Interceptor Performed by : Gorrondona and Associates, Inc. rGi1 S L,-• Laboratory Sulfate Content(TX-14S-E) Project Name Sycamore Creek Relief Interceptor Project No. LAN 1602.00 Date 7/7/2017 Boring No. B-01 Sample Depth(ft.) 6-8 Dilution Ratio Dilution Ratio Dilution Ratio Used 1.20 Used1.2Q Used 1:10 Average Reading 16.0 Average Reading 12.0 Average Reading 9.0 Sulfate Content 320 Sulfate Content 240 Sulfate Content 180 Average Sulfate Content 2�Y ppm Boring No. B-02 Sample Depth(ft.) 6-8 Dilution Ratio Dilution Ratio Dilution Ratio Used I:20 Used 1 2A Used Average Reading 7.0 Average Reading 11.0 Average Reading 7.0 Sulfate Content 140 Sulfate Content 220 Sulfate Content 140 1,11,14 I" Average Sulfate Content �,a Boring No. B-03 Sample Depth(ft.) 5-6 Dilution Ratio Dilution Ratio Dilution Ratio Used 1.20 Used 1 2II 1:20 Used Average Reading 9.0 Average Reading 8.0 Average Reading 11.0 Sulfate Content 180 Sulfate Content 160 Sulfate Content 220 r 1111 M1 .. Average Sulfate Content !y„ Boring No. B-04 Sample Depth(ft.) 7-8 Dilution Ratio Dilution Ratio Dilution Ratio Used 1 2� Used 110 Used 1:20 Average Reading 10.0 Average Reading 9.0 Average Reading 8.0 Sulfate Content 180 Sulfate Content 180 Sulfate Content 160 Average Sulfate Content n3 �M Boring No. B-05 Sample Depth(ft.) 4-6 Dilution Ratio Dilution Ratio Dilution Ratio Used 1:20 Used 1:20 Used 1:20 Average Reading 17.0 Average Reading 7.0 JAverage Reading 13.0 Sulfate Content 340 Sulfate Content 140 Sulfate Content 260 Average Sulfate Content: IS M Ajypp9>; Boring No. B-06 Sample Depth(ft.) 2-4 Dilution Ratio Dilution Ratio Dilution Ratio Used 1,20 Used 120 Used L20` Average Reading 9.0 Average Reading 10.0 Average Reading 8.0 Sulfate Content 180 Sulfate Content 200 Sulfate Content 160 Average Sulfate Content: �w p(tM z, Boring No. B-07 Sample Depth(ft.) 4-6 Dilution Ratio Dilution Ratio - Dilution Ratio Used 1.20 Used Used 1.20 Average Reading 9.0 Average Reading 11.0 JAverage Reading 11.0 Sulfate Content 180 Sulfate Content 220 Sulfate Content 220 Average Sulfate Content. Particle Size Distribution Report C N Q O N a C.O t0tp O Q Cl 100 �r 90 80 70 of 60 - w Z LL Z 50 - w of LLJ 40 a , 30 20 j y i it 10- 0 0-0 i 100 A 1 0.1 0.01 GRAIN SIZE-mm. %,+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 0.0 "T 43.6 53.2 LL PL D85 D60 D50 D30 D15_ D10 Cc Cu 0.0297 0.0072 0.0036 Material Description USCS AASHTO Project No. LAN 1602.00 Client: Lockwood.Andrews and Newnam,Inc. Remarks: Project: Sycamore Creek Relief Interceptor Location: B-01 Depth: (4.0-6.0)ft. Gorrondona &Associates, Inc. Houston, Texas Figure GRAIN SIZE DISTRIBUTION TEST DATA 7/24/2017 Client: Lockwood,Andrews and Newnam, Inc. Project: Sycamore Creek Relief Interceptor Project Number: LAN]602.00 Location: B-01 Depth: (4.0-6.0)ft. MMM s Post#200 Wash Test Weights(grams): Dry Sample and Tare=4.51 Tare Wt.=0.00 Minus#200 from wash=96.8% Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 141.58 0.00 0.00 0.75" 0.00 100.0 3/8" 0.00 100.0 #4 0.00 100.0 #8 0.00 100.0 #10 0.00 100.0 #16 0.37 99.7 #30 0.76 99.5 #40 0.96 99.3 #50 1.38 99.0 #100 2.75 98.1 #200 4.51 96.8 Hydrometer test uses material passing#40 Percent passing#40 based upon complete sample=99.3 Weight of hydrometer sample=50 Automatic temperature correction Composite correction(fluid density and meniscus height)at 20 deg.C=-4 Meniscus correction only= 1.0 Specific gravity of solids=2.69 Hydrometer type= 151 H Hydrometer effective depth equation:L= 16.294964-0.2645 x Rm Elapsed Temp. Actual Corrected Eff. Diameter Percent Time(min.) (deg.C.) Reading Reading K Rm Depth (mm.) Finer 2.00 22.4 1.0300 1.0263 0.0131 31.0 8.1 0.0263 83.2 5.00 22.4 1.0280 1.0243 0.0131 29.0 8.6 0.0172 76.9 15.00 22.4 1.0250 1.0213 0.0131 26.0 9.4 0.0104 67.4 30.00 22.3 1.0230 1.0193 0.0131 24.0 9.9 0.0075 61.0 60.00 22.2 1.0210 1.0173 0.0131 22.0 10.5 0.0055 54.6 250.00 22.0 1.0190 1.0153 0.0132 20.0 11.0 0.0028 48.2 2880.00 21.9 1.0160 1.0122 0.0132 17.0 11.8 0.0008 38.7 Gorrondona &Associates, Inc. 4 T 4 Y Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 0.0 0.0 0.0 0.0 0.7 2.5 3.2 43.6 53.2 96.8 D5 X10 X15 X20 X30 X40 X50 X60 X80 X85 X90 X95 0.0010 0.0036 0.0072 0.0211 0.0297 0.0412 0.0606 Fineness Modulus 0.04 Gorrondona &Associates, Inc. Particle Size Distribution Report C C C C C � 100 90 80 70 I' I 60 W Z I .N L Z 50 i. W Cif U I LU 40 — a 30 I 20 10 01 yon il! I 0.01 0001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium_ Fine Silt Clay 0.0 0.0 0.0 0.0 0.3 2.4 47.5 49.8 LL PL D85 D60 D50 D30 Dir X14 Cc Cu 59 23 0.0283 0.0084 0.0051 Material Description USCS AASHTO CH A-7-6(40) Project No. LAN 1602.00 Client: Lockwood.Andrews and Newnam,Inc. Remarks: Project: Sycamore Creek Relief Interceptor Location: B-02 Depth: (2.0-4.0)ft. Gorrondona &Associates, Inc. Houston, Texas Figure GRAIN SIZE DISTRIBUTION TEST DATA 7/18/2017 Client: Lockwood,Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Project Number: LAN 1602.00 Location: B-02 Depth: (2.0-4.0)ft. Liquid Limit: 59 Plastic Limit:23 USCS Classification: CH AASHTO Classification: A-7-6(40) MII ME :. . Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 141.00 0.00 0.00 0.75" 0.00 100.0 3/8" 0.00 100.0 #4 0.00 100.0 #8 0.00 100.0 #10 0.00 100.0 #16 0.00 100.0 #30 0.20 99.9 #40 0.41 99.7 #50 0.72 99.5 #100 1.48 99.0 #200 3.85 97.3 _RY&. Hydrometer test uses material passing#40 Percent passing#40 based upon complete sample=99.7 Weight of hydrometer sample=50 Automatic temperature correction Composite correction(fluid density and meniscus height)at 20 deg.C=-4 Meniscus correction only= 1.0 Specific gravity of solids=2.71 Hydrometer type= 151 H Hydrometer effective depth equation: L= 16.294964-0.2645 x Rm Elapsed Temp. Actual Corrected Eff. Diameter Percent Time(min.) (deg.C.) Reading Reading K Rm Depth (mm.) Finer 2.00 22.7 1.0300 1.0264 0.0130 31.0 8.1 0.0261 83.3 5.00 22.7 1.0270 1.0234 0.0130 28.0 8.9 0.0173 73.8 15.00 22.6 1.0240 1.0203 0.0130 25.0 9.7 0.0104 64.3 30.00 22.5 1.0220 1.0183 0.0130 23.0 10.2 0.0076 57.9 60.00 22.3 1.0200 1.0163 0.0130 21.0 10.7 0.0055 51.5 250.00 22.0 1.0170 1.0133 0.0131 18.0 11.5 0.0028 41.9 1440.00 21.8 1.0150 1.0112 0.0131 16.0 12.1 0.0012 35.5 Gorrondona &Associates, Inc. Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 0.0 0.0 0.0 0.0 0.3 2.4 2.7 47.5 49.8 97.3 D5 X10 X15 X20 X30 X40 X50 X60 X80 X85 X90 X95 0.0023 0.0051 0.0084 0.0226 0.0283 0.0372 0.0554 Fineness Modulus 0.02 Gorrondona &Associates, Inc. Particle Size Distribution Report O O O O O O O O O O rW 100 i "� 90 - —- 80 70 W 60 - - - •+ z " LL- Z 50 - W U W i 40 N%a �__ .- +_ I i T� 30 20 - - 10- t t i 0 100 10 1 0.1 0-01 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand _ %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 1.9 11.2 14.9 36.7 35.3 --4. LL PL Dam D60 D50 D30 D15 1310 Cc Cu 0.2808 0.0444 0.0287 0.0026 Material Description USCS AASHTO Project No. LAN1602.00 Client: Lockwood.Andrews and Newnam,Inc. Remarks: Project: Sycamore Creek Relief Interceptor Location: B-04 Depth: (3.0-5.0)ft. Gorrondona &Associates, Inc. Houston, Texas Figure GRAIN SIZE DISTRIBUTION TEST DATA 7/12/2017 Client: Lockwood,Andrews and Newnam, Inc. Project: Sycamore Creek Relief Interceptor Project Number: LAN 1602.00 Location: B-04 Depth:(3.0-5.0) ft. Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 221.34 0.00 0.00 0.75" 0.00 100.0 3/8" 0.00 100.0 #4 0.00 100.0 #8 2.68 98.8 410 4.17 98.1 416 13.81 93.8 #30 25.00 88.7 440 29.06 86.9 450 32.22 85.4 #100 46.80 78.9 #200 62.08 72.0 Hydrometer test uses material passing#40 Percent passing#40 based upon complete sample=86.9 Weight of hydrometer sample=50 Automatic temperature correction Composite correction(fluid density and meniscus height)at 20 deg.C=-4 Meniscus correction only= 1.0 Specific gravity of solids=2.69 Hydrometer type= 151 H Hydrometer effective depth equation: L= 16.294964-0.2645 x Rm Elapsed Temp. Actual Corrected Eff. Diameter Percent Time(min.) (deg.C.) Reading Reading K Rm Depth (mm.) Finer 2.00 22.3 1.0220 1.0183 0.0131 23.0 10.2 0.0296 50.6 5.00 22.2 1.0200 1.0163 0.0131 21.0 10.7 0.0192 45.0 15.00 22.2 1.0190 1.0153 0.0131 20.0 11.0 0.0112 42.3 30.00 22.1 1.0180 1.0143 0.0131 19.0 11.3 0.0081 39.5 60.00 21.7 1.0170 1.0132 0.0132 18.0 11.5 0.0058 36.5 250.00 21.4 1.0150 1.0112 0.0133 16.0 12.1 0.0029 30.9 1440.00 21.3 1.0130 1.0091 0.0133 14.0 12.6 0.0012 25.3 Gorrondona &Associates, Inc. III A%Mqmff9mwm1Ow� «e s Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay 4- Total 0.0 0.0 0.0 0.0 1.9 11.2 14.9 28.0 36.7 35.3 72.0 D5 X10 X15 X20 X30 X40 X50 X60 X80 X85 X90 X95 0.0026 0.0085 0.0287 0.0444 0.1690 0.2808 0.7316 1.3493 Fineness Modulus 0.54 Gorrondona & Associates, Inc. Particle Size Distribution Report 0 0 0 C C C �. C C C � � N 100 90 80 70 W W 60 Z LL. Z 50 - W ofU W 40 30 20 10 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %,+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 15.1 26.9 19.2 23.8 4.9 10.1 LL PL D8S D60 D50 D30 1 Dib 1370 Ce Cu 19.0865 5.0875 3.3247 1.3979 0.4287 Material Description USCS AASHTO Project No. LAN 1602.00 Client: Lockwood.Andrews and Newnam,Inc. Remarks: Project: Sycamore Creek Relief Interceptor Location: B-05 Depth: (18.0-20.0)ft. Gorrondona &Associates, Inc. Houston, Texas Figure GRAIN SIZE DISTRIBUTION TEST DATA 8/2/2017 Client:Lockwood,Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Project Number: LAN 1602.00 Location: B-05 Depth:(18.0-20.0) ft. ITT Post#200 Wash Test Weights(grams): Dry Sample and Tare=209.34 Tare Wt.=0.00 Minus#200 from wash= 10.0% Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 232.56 0.00 0.00 1" 0.00 100.0 0.75" 35.05 84.9 3/8" 52.18 77.6 #4 97.72 58.0 #8 132.51 43.0 #10 142.32 38.8 #16 171.19 26.4 #30 193.11 17.0 #40 197.77 15.0 #50 201.32 13.4 #100 206.06 11.4 #200 209.18 10.1 . +iiru�r. a+:unFunruk Cobbles Gravel Sand Fines C Coarse Fine Total Coarse Medium Fine Total Silt Clay _ Total 0.0 15.1 26.9 42.0 19.2 23.8 4.9 47.9 10.1 D5 D10 D15 D20 D30 D40 D50 D60 D80 D85 D90 D95 0.4287 0.8013 1.3979 2.0938 3.3247 5.0875 15.3225 19.0865 21.3260 23.3483 Fineness Modulus 4.68 Gorrondona &Associates, Inc. Particle Size Distribution Report CC C =C C C C � Q � N (� Q t' l0 M N \ M tk �t i! it it it 0 it 100 90 80-t 70 T LU SO ZLL y`\\ Z 50 Nw LU 40 ` LL 30 20 - - -- - t1 10 r - t rt-- �T I 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %+T %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Slit Clay 0.0 0.0 0.0 0.0 0.7 12.6 46.4 40.3 LL PL Dg-)___ r D60 D50 D30 X1.5— _ D10 Cc Cu 0.0667 0.0210 0.0102 0.0024 Material Description USCS AASHTO Project No. LAN1602.00 Client: Lockwood,Andrews and Newnam,Inc. Remarks: Project: Sycamore Creek Relief Interceptor Location: B-06 Depth: (4.0-6.0)fl. Gorrondona &Associates, Inc. Houston, Texas Figure GRAIN SIZE DISTRIBUTION TEST DATA 7/12/2017 Client:Lockwood,Andrews and Newnam, Inc. Project: Sycamore Creek Relief Interceptor Project Number: LAN]602.00 Location: B-06 Depth:(4.0-6.0) ft. � . Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 202.53 0.00 0.00 0.75" 0.00 100.0 3/8" 0.00 100.0 #4 0.00 100.0 #8 0.00 100.0 #10 0.00 100.0 #16 0.14 99.9 #30 0.68 99.7 #40 1.38 99.3 #50 3.00 98.5 #100 12.95 93.6 #200 26.93 86.7 Hydrometer test uses material passing#40 Percent passing#40 based upon complete sample=99.3 Weight of hydrometer sample=50 Automatic temperature correction Composite correction(fluid density and meniscus height)at 20 deg.C=-4 Meniscus correction only= 1.0 Specific gravity of solids=2.72 Hydrometer type= 151 H Hydrometer effective depth equation: L= 16.294964-0.2645 x Rm Elapsed Temp. Actual Corrected Eff. Diameter Percent Time(min.) (deg.C.) Reading Reading K Rm Depth (mm.) Finer 2.00 22.6 1.0250 1.0213 0.0129 26.0 9.4 0.0281 67.1 5.00 22.6 1.0220 1.0183 0.0129 23.0 10.2 0.0185 57.6 15.00 22.5 1.0200 1.0163 0.0130 21.0 10.7 0.0110 51.3 30.00 22.4 1.0180 1.0143 0.0130 19.0 11.3 0.0080 45.0 60.00 22.3 1.0170 1.0133 0.0130 18.0 11.5 0.0057 41.8 250.00 22.0 1.0140 1.0103 0.0130 15.0 12.3 0.0029 32.2 1440.00 21.9 1.0120 1.0082 0.0131 13.0 12.9 0.0012 25.9 Gorrondona &Associates, Inc. ar . r • • Cobbles Gravel Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 0.0 0.0 0.0 0.0 0.7 12.6 13.3 46.4 40.3 86.7 D5 X10 X15 X20 X30 X40 X50 X60 X80 X85 X90 X95 0.0024 0.0049 0.0102 0.0210 0.0500 0.0667 0.0997 0.1771 Fineness Modulus 0.08 Gorrondona &Associates, Inc. UNCONFINED COMPRESSION TEST 2 - -- - �T 1.5 w ui N > 1 _ - Cn II Q - r E 0 U i 0.5 0 0 1.5 ? 4.5 6 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.781 Undrained shear strength, tsf 0.890 Failure strain, % 5.4 - Strain rate, %/min. 1.00 Water content, % 20.5 Wet density, pcf 129.2 Dry density, pcf 107.2 Saturation, % N/A Void ratio N/A Specimen diameter in. 2.74 Specimen height, in. 5.74 Height/diameter ratio 2.09 } Description: LL-- I PL = I PI = GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 07/15/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-01 Depth: 8.0-10.0) ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST T � 1.5 - .. vi 1 Cn N L U) - r N 1 - T -y- L Q p U T- 0.5 - - - I 0 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.215 Undrained shear_strength, tsf 0.608 Failure strain, % 15.5 Strain rate, %/min. 1.00 Water content, % 22.2 Wet density, pcf 134.1 _ Dry density, pcf 109.7 Saturation, % N/A Void ratio N/A Specimen diameter,in. 2.72 _ Specimen height, in. 5.75 Height/diameter ratio 2.11 Description: LL= PL= PI = GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 07/15/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-01 Depth: 23.0-25.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 20 15 w T i I 10 •y a ° U 5 , —t 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 11.644 Undrained shear strength, tsf 5.822 -- Failure strain, % 2.3 _ _ -- Strain rate, %/min. 1.00 Water content, % 19.3 Wet density, pcf 129.1 Drydendensity, pcf _ 108.2 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.73 _ Specimen height, in. 5.74 Height/diameter ratio 2.10 Description: LL-- I PL= PI = GS= Type: Shelby Tube Project No.: LAN1602.00 Client: Lockwood,Andrews and Newnam,lnc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Shear Plane Failure Location: B-02 Depth: 4.0-6.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 6 -- 4.5 w ui f U) N 3 U) U) - N I_ o - i- - - -- U 1.5 r -17 0 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 3.935 Undrained shear strength, tsf 1.967 Failure_strain, % 13.0 Strain rate, %/min. 1.00 Water content, % 20.2 Wet density, pcf 129.9 Dry density, pcf 108.1 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.77 Specimen height, in. 5.74 Height/diameter ratio 2.07 Description: LL= 55 1 PL=20 PI = 35 GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-02 Depth: 13.0-15.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST + { 1.5 Cn N 0 1 —� U 0.5 - 0 ILI 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.128 Undrained shear strength, tsf 0.564 Failure strain, % 15.7 Strain rate, %/min. 1.00 Water content, % 21.0 Wet density, pcf 130.8 Dry density, pcf 108.1 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.77 Specimen height, in. 5.74 Height/diameter ratio 2.07 Description: LL-- I PL= PI = GS= Type: Shelby Tube Project No.: LAN1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 6/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-02 Depth: 23.0-25.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 45 N N Cl) 30 - -- N d 15 0 0 0.5 1 1.5 2 Axial Strain, % Sample No. 1 Unconfined strength, tsf 42.421 Undrained shear strength, tsf 21.211 Failure strain, % 1.2 Strain rate, %/min. 0.50 Water content, % 5.2 Wet density, pcf 158.6 Dry density, pcf 150.8 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.04 Specimen height, in. 4.36 Height/diameter ratio 2.14 Description: LL= I PL = PI = GS= Type: Rock Core Project No.: LAN]602.00 Client: Lockwood,Newman&Andrews, Inc. Date Sampled: 5/23/2017 Remarks: Project: Sycamore Creek Relief Interceptor Location: B-03 Depth: 22.6-24.1 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 3 w vi 4 -+ - -- O 2 _ .N 0 - O U ' T 1 0 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 3.606 Undrained shear strength, tsf 1.803 Failure strain, % 15.5 Strain rate, %/min. 1.00 Water content, % 21.1 Wet density, pcf 131.9 Dry density, pcf 108.9 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.75 Specimen height, in. 5.75 Height/diameter ratio 2.09 Description: LL=40 1 PL= 18 P1 =22 GS= Type: Shelby Tube Project No.: LAN1602.00 Client: Lockwood,Newman&Andrews,Inc. Date Sampled: 5/23/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-04 Depth: 1.0-3.0 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST - t 3 w vi CO) — a U) 2 — Cn - — m — T N O � } i f 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 3.681 Undrained shear strength, tsf 1.840 Failure strain, % 7.5 _ Strain rate, %/min. 1.00 Water content, % 18.1 Wet density, pcf 132.1 Dry density, pcf 111.9 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.80 Specimen height, in. 5.75 Height/diameter ratio 2.05 Description: LL= I PL= PI = GS= Type: Shelby Tube Project No.: LAN]602.00 Client: Lockwood,Newman&Andrews,Inc. Date Sampled: 5/23/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-04 Depth: 5.0-7.0) ft. UNCONFINED COMPRESSION TEST Figure_ Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 40 - - - - 30 — w T -1 C Cn T U) _ j 20 -�- N NCL i t E , U 10 r- - - _ T 0 0 0.5 1 1.5 2 Axial Strain, % Sample No. 1 Unconfined strength, tsf 36.680 Undrained shear strength, tsf _ 18.340 Failure strain, % 1.6 Strain rate, %/min. 0.50 Water content, % 7.5 Wet density, pcf 153.8 Dry density, pcf 143.0 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.05 Specimen height, in. 4.41 Height/diameter ratio 2.15 Description: LL= PL= PI = GS= Type: Rock Core Project No.: LAN]602.00 Client: Lockwood,Newman&Andrews, Inc. Date Sampled: 5/23/2017 Remarks: Project: Sycamore Creek Relief Interceptor Location: B-04 Depth: 15.0-16.4 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 10 -- 7.5 N N N U) - ---- .N 5- CL Q t 0 i U 2.5 - - L 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 6.214 Undrained shear strength, tsf 3.107 Failure strain, % 6.8 Strain rate, %/min. 1.00 Water content, % 22.5 Wet density, pcf 123.7 Dry density, pcf 100.9 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.77 Specimen height, in. 5.75 Height/diameter ratio 2.08 Description: LL=64 1 PL =24 PI =40 GS= Type: Shelby Tube Project No.: LAN]602.00 Client: Lockwood,Andrews and Newnam,lnc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Shear Plane Failure Location: B-05 Depth: 2.0-4.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 10 J-i 7.5 w (i N 5 - CL E 2.5 - - 0 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 8.087 Undrained shear strength, tsf 4.043 Failure strain, % 11.7 Strain rate, %/min. 1.00 Water content, % 15.6 Wet density, pcf 131.6 Dry density, pcf 113.8 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.80 Specimen height, in. 5.75 Height/diameter ratio 2.05 Description: LL=47 1 PL= 19 PI =28 GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-05 Depth: 6.0-8.0 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 2 - T1 1.5 w U) �- > O U 0.5 - 0 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.618 Undrained shear strength, tsf 0.809 Failure strain, % 11.1 Strain rate, %/min. 1.00 Water content, % 20.6 Wet density, pcf 133.4 Dry density, pcf 110.6 Saturation, % N/A Void ratio N/A Specimen diameter in. 2.74 Specimen height, in. 5.75 Height/diameter ratio 2.10 Description: _ LL= PL= PI = GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,lnc. Date Sampled: 06/20/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-05 Depth: 13.0-15.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston, Texas UNCONFINED COMPRESSION TEST 20 — ,5 ycli Cn N ,0 C C E o . . . U 5 0 0 IS 3 45 6 Axial Strain, % Sample No. 1 Unconfined strength, tsf 16.225 Undrained shear strength, tsf L 8.113 Failure strain, % 2.7 Strain rate, %/min. 1.00 Water content, % 13.0 Wet density, pcf 132.1 Dry density, pd 116.9 Saturation, % N/A Void ratio N/A Specimen diameter in. 2.74 Specimen height, in. 5.75 Height/diameter ratio 2.10 Description: LL= 58 1 PL=22 PI = 36 GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Shear Plane Failure Location: B-06 Depth: 2.0-4.0 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 1.5 N U) {l 1 N N 1 N N CL E O U 0.5 0 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.309 Undrained shear strength, tsf 0.655 Failure strain, % 6.4 Strain rate, %/min. 1.00 Water content, % 9.7 Wet density, pcf 113.6 Drydensity, pcf 103.5 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.73 Specimen height, in. 5.74 Height/diameter ratio 2.10 Description: LL-- I PL= PI = GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-06 Depth: 13.0-15.0 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 6 r 4.5 N 3 - Cn - N CL E O U �i 1.5 — I -r — 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 5.826 Undrained shear strength, tsf 2.913 Failure strain, % 4.8 Strain rate, %/min. 1.00 Water content, % _ _ 24.1 Wet density, pcf _ 128.2 Dry density, pcf _ _ 103.3 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.74 Specimen height, in. 5.74 Height/diameter ratio 2.09 Description: LL= I PL = PI = GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-07 Depth: 4.0-6.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 10 -�7 7.5 w. I CD N N 5 - - -- 1 .N 0r 2.5 - - - 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 6.206 Undrained shear strength, tsf 3.103 Failure strain, % 4.7 Strain rate, %/min. 1.00 Water content, % 20.3 Wet density, pct 128.7 Dry density, pcf 107.0 Saturation, % N/A Void ratio N/A Specimen diameter. in. 2.75 Specimen height, in. 5.74 Height/diameter ratio 2.09 Description: LL= I PL = PI = GS= Type: Shelby Tube Project No.: LAN 1602.00 Client: Lockwood,Andrews and Newnam,Inc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Shear Plane Failure Location: B-07 Depth: 8.0-10.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 4 - 3 w ui N � 1 U) r t N 2 .N N Q - -+ O - � U 7 0 LLI 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 2.333 Undrained shear strength, tsf 1.166 Failure strain, % 15.6 Strain rate, %/min. 1.00 Water content, % 23.1 Wet density, pcf 130.2 Dry density, pcf 105.8 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.73 Specimen height, in. 5.74 Height/diameter ratio 2.10 Description: LL= I PL = PI = GS= Type: Shelby Tube Project No.: LAN]602.00 Client: Lockwood,Andrews and Newnam,lnc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Bulge Failure Location: B-07 Depth: 18.0-20.0 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas TESTING, RESEARCH, CONSULTING AND FIELD SERVICES .i = .-.....m..� AUHTIN,TX- USA I ANAHEIM, G LISA 1NOER HO N, 5C USAC30Lo COAST AUSTRALIABI.hZNOU CHINA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona &Associates TRI Log #: 30391 Project: Sycamore Creek Test Method: ASTM D4644 Sample ID: B-03 (15-20) Gravimetric Water Content (%) 4.3 Bath Temperature (°c) Minimum 20.0 Maximum 23.0 Average 22.0 Slake Durability (%) 14.3 Type Description of Fragments Retained in the Drum (ASTM D4644,Section 7.5) 1 Retained pieces remain virtually unchanged. II Retained materials consist of large and small pieces. III lRetained material is exclusively small fragments. As-Prepared Post-Test Jeffrey A. Kuhn, Ph.D., P.E., 8/1/2017 Analysis&Quality Review/Date Testing Performed By: SOC Page f of f The Lehi Mxeyn is 6eesd upon lopped iMY6try practice as wei es the mat method fisted,Test reer4te reported herein rho not apply to samples other than Ovose tested,TRI neither accepts mspor� 1a rwr makes elalm as to the final�. purpose of the material.TRI observes and rrrakrtakw olleM eonfidentialityi TRI limits reprodrwhon of this report,except In tuk,wMIc%A prior approval d 71V, i� TRI ENVIRONMENTAL, INC. 9063 BEc CAvKs Ro.—AUSTIN,TX 78733— USA I PNS 600.680.TEST OR 51 2.263.2 1 01 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AUSTIN,TX- USA I ANAHEIM, CA- USA I ANDERSON, SC� USA BOLO COAST -AUSTRALIA SUZHOU CHINA Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona &Associates TRI Log #: 30391 Project: Sycamore Creek Test Method: ASTM D7625 Sample ID: B-03 (15-20) Specimen Conditions Stylus/Test Configuration Moisture Content (%) 14.6 Shape lConical Moisture Condition As-received Rockwell Hardness 155 Surface Conditions Saw-Cut Perpendicular to core axis Measurements 1-3 Parallel 4 & 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.013 0.013 0.018 0.028 0.018 Reading 2 (mm) 0.015 0.010 0.033 0.025 0.033 Photograph After Test ` Results Average CAI 0.21 Corrected CAI 0.21 Classification Very low abrasiveness = Jeffrey A. Kuhn, Ph.D, P.E., 8/1/2017 - — Quality Review/ Date Laboratory Staff: SOC Page 1 of 1 The toaflnp hadn Is bated upon accepted hltlwky pragme es wap a�1M lest nletfad 6eterl.Ts�t raulb rspptetl Mrein do not apply to sample ottw than#"*tested.TRI nelther eocaM reavons Nty Ior nrx makes claim as to the Red use and pirposa d the tnetedd.TRI o0eavea arW maintakr cYarn conRde+Itldity.TRt Mnita reproductwn of this report,except in bA,wkhout prior approval of TRI. TRI ENVIRONMENTAL, INC. 9063 B¢c CAVES RO.—AUSTIN,TX 7B-733—USA I PHz 800.880.TEST urs S12.2&3.2101 TESTING/ RESEARCH, CONSULTING AND FIELD SERVICES AUSTIN,TX' USA ANAHEIM, CA' USA ! ANOCR®ON, 5C USA CioLD COAST AUSTRALIA � 6UZMOU CHINA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona &Associates-Sycamore Creek TRI Log #: 30391 Project: Sycamore Creek Test Method: ASTM D4644 Sample ID: B-04 (20-25) Gravimetric Water Content (%) 2.1 Bath Temperature (°c) Minimum 21.0 Maximum 22.5 Average 21.8 Slake Durability (%) 14.9 Type Description of Fragments Retained in the Drum (ASTM D4644,Section 7.5) 1 Retained pieces remain virtually unchanged. II Retained materials consist of large and small pieces. III lRetained material is exclusively small fragments. As-Prepared Post-Test Jeffrey A. Kuhn, Ph.D., P.E., 8/1/2017 Analysis&Quality Review/Date Testing Performed By: SOC Page 1 of 1 The teMirtq hwx ie based upon accepted indtmUy practice as well as the teat etethod hated,Test renuft reported herein do not apply to samples other than those tested.TRI neOw a eptnty for nor trteNon claim ae,to tMd flntae and purpose of the material.TRI observes and rr aIntal is cbw*confidentiality TRI lknits repoduction d this report,except In 1uM,rWnut prior approves of RI. TRI ENVIRONMENTAL, INC. 9063 Bcc CAvcs RD.—AUSTIN,TX 78733— USA I PN: BOO.BBO.TEST OR S 1 2.263.21 0 1 TESTING, RESEARCH, CONSULTING ANo FIELD SERVICES '"--�- AUSTIN,TX- USA I ANAHEIM, CA-USA I AN OCRYON, 6C- USA 1 t30L0 COAHT- AUSTRALIA `, BLIZH OLI CHINA Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona &Associates TRI Log #: 30391 Project: Sycamore Creek Test Method: ASTM D7625 Sample ID: B-04 (20-25) Specimen Conditions Stylus/Test Configuration Moisture Content (%) 5.4 Shape lConical Moisture Condition As-received Rockwell Hardness 155 Surface Conditions Saw-Cut Perpendicular to core axis Measurements 1-3 Parallel 4 & 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.038 0.056 0.053 0.069 0.046 Reading 2 (mm) 0.066 0.061 0.030 0.061 0.069 Photograph After Test 7 Results .. Average CAI 0.55 Corrected CAI 0.55 v - Classification Low abrasiveness Jeffrey A. Kuhn, Ph.D, P.E., 8/1/2017 Quality Review/Date Laboratory Staff: SOC e�feq Page f of I or��,w rtes m odehed�uee mid q+pweY w n,eir�mcial.T�Ai�ontery oieanHd xTPo Y�mi%tep dicrwn oto f mrs repos,.roepc 1n whin tom'«+Psd d?f� nry TRI ENVIRONMENTAL, INC. 9063 Be[ C—as Ro.—AUBTIN.TX 76733— USA I Aw 800.860.TEST UR 512.2&3.2101 TESTING, RESEARCH, CONSULTING AND FIELD SERVICES AUST/N,TX- USA I ANAHEIM, CA- USA ' ANDERSON, SC- USA GOOD COAST-AUSTRALIA I SUZHOU CHINA Slake Durability of Shales and Similar Weak Rocks Client: Gorrondona &Associates TRI Log #: 30391 Project: Sycamore Creek Test Method: ASTM D4644 Sample ID: B-06 (25-30) Gravimetric Water Content (%) 1.0 Bath Temperature (°c) Minimum 19.0 Maximum 23.0 Average 20.4 Slake Durability (%) 92,3 Type Description of Fragments Retained in the Drum (ASTM D4644,Section 7.5) 1 Retained pieces remain virtually unchanged. 11 11 Retained materials consist of large and small pieces. III Retained material is exclusively small fragments. As-Prepared Post-Test t Jeffrey A. Kuhn, Ph.D., P.E., 8/1/2017 Analysis&Quality Review/Date Testing Performed By: SOC Page 1 of 1 Tile teedng herein ie tvreed upon accepted kiduatry practice ae well the teat Ir1@dlOd Ndgd,Teat reDlYtE fepoited hluein Ib not applyy to ewmplea other then lhoae tested,Tiil neilMr spCapta re ry for nor mdtea claim as to the fend use and purpose d the material.TRI olaaavea end rroYttaina aNrN earlNdenMsllty.Tpl Nmtta r�rodlwHion d this report,except M.tuY,wiltlnit prior approval d� TRI ENVIRONMENTAL, INC. 9063 BEE CAvice RD.-^AUSTIN,TX 78732— USA I PHt 600.660,TEST OR 51 2.263.21 01 TESTING/ RESEARCH, CONSULTING ANO FIELD SERVICES AuSTIN,TX-USA I ANAHEIM, CA- USA I ANDERSON, SC - USA . GOLD COAST- AUSTRALIA SUZHOU CHINA Abrasiveness of Rock Using the CERCHAR Method Client: Gorrondona 8t Associates TRI Log #: 30391 Project: Sycamore Creek Test Method: ASTM D7625 Sample ID: B-06 (25-30) Specimen Conditions Stylus/Test Configuration Moisture Content (%) 1.0 Shape lConical Moisture Condition As-received Rockwell Hardness 155 Surface Conditions Saw-Cut Perpendicular to core axis Measurements 1-3 Parallel 4 8t 5 Perpendicular Test Number 1 2 3 4 5 Reading 1 (mm) 0.066 0.089 0.084 0.028 0.041 Reading 2 (mm) 0.048 0.117 0.074 0.036 0.018 Photograph After Test Ok Results �. Average CAI 0.60 Corrected CAI 0.60 Classification Low abrasiveness Jeffrey A. Kuhn, Ph.D, P.E., 8/1/2017 _ Y _ Quality Review/ Date "�-� �`�— Laboratory Staff: SOC Page 1 o1 1 1 teanno heein I.tv—d upon accepted hndustry pretties m weB as the test method oaten,Test needle sported twefn do not to eamples otbm than 0wo.e tested.TNI noM m accepts reepwMbfiity to ror Claim as to the final use and purpose d Me rrmNerfal.TRI observes and—t A—client conNtlentiaft TAI li—t of Mia report,exrxpt in tu$L wkhoul prior approval d .. TRI ENVIRONMENTAL, INC_ 9063 BEC CAv66 RC1.–AuS'TIN,TX 78733– USA I PH: BOO.SBO.TEST OR S t 2.263.2 T 01 Appendix D - Aerial Photographs t`e► a ; ' + q � NO won fps ' r4 =15i 'a T - 4 „ O - • CA _ . F Id}.i■r 1 F� 14�i'iA�G.21i Fqs @A vv !+.Ito* + _- _ LL i .F K :_4�.lUr. • 'S I 'J �F �r �''_I.•M1 T 4 I C. �ar��i bJ 77 '-'u 471 - IF3 ; a' F .r F'tir��I a • .S'I {j5L4i_t-�5 IL 4 • "I `+ LL// 51 4 +'I.- { • tEti r Cl - _ • LD �S.DuI r,} 1 t • - Y � �� �i 't I �f 4J• t t 4i — Ike UAf ex h'it .0 311- i d = 4^ .12 ' dL - sic _ - � � .��� • • JG T. rK rV, y � fJ■+,�a ,I ip 24 .41 IF bit LP po dt — •� AFI •�h ice'fir— - * #*�� �; �.*�� • yam{ M1i ry • '{ ' �� - i�.,, �� ' tit. . ' ',�� 'y'L• `, - K f F r f ? t • Pl yon *� a Nx rte' •,a 4 ti i 5�x raa$jfAl 4.z �"' s � ,art � s ♦�qw'E` tX} � ite awtXP4 ' - -- � � � x�..� t�a,� ray - • rft'a r , OWN rsw a'* • � �""� � � '� *' as -: rem'.•'r04 JA I t - ,`� t ♦+ s ZZIM Pr' SAW MIX Al � e.� q" �°'°ypc�s�* 1�.. �, yr iii 1i F� • �s t a $ " • -hot 6 — a �l � � tJ ■ l r_ 1 ?+ �.•— # two xIt- }r rg46 1 I 4 la/ t4 t ;qW T ;. Jr ! 1 11 � t � � '• I ���if Appendix F - Site Photographs Co Y 5 CO Y Y £ I ' m 9y0j, 4 U U ili �rs 4 Q/ Q) Q x � � 0 r Q cliu V 4J V1 m C O d m 0 N Q - # mclim _ C J m 0 c Y 0 v u 4J ~O o v u o v cu I- a 3 o W nu u � m u N a LL u In +t • m { N Ln O 9 m m y m r�i Ijq�4�a h.tl'+ til I�id f9 f0 q„ O Q N C) � � N O N Y tto tw Z s Q < u u J f9 m al al O Z u V 4J ti O L_ d Appendix G - Geologic Information mom ve ii Aug a span Tom0 CL cu Z V Q Q v cr O vu LL Si7aAE Pi". a1 WO Ln a too a n. fh I� flD o s � ri o � z PAWN z z �o Mineral Resources On-Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas alluvium alluvium State Texas Name alluvium Geologic age Phanerozoic I Cenozoic I Quaternary I Holocene Original map label Qal Comments alluvium and low terrace deposits along streams, sand, silt, clay, and gravel. Thickness variable. The unit appears on Geologic Map of Texas on the lagoon side of barrier islands where they represent lagoon and wind-tidal-flat sand and clay. These deposits of clay and silty, clayey fine to v. fine quartz sand and shell sand accumulate on alternately dry and flooded barren flats 0.3 m below to 1 m above mean sea level. Mapped areas include active eolian sand dunes on the landward side of barrier islands. Primary rock type sand Secondary rock type Silt Other rock types clay or mud; gravel Lithologic constituents Major Unconsolidated > Fine-detrital (Alluvial) Unconsolidated > Coarse-detrital (Alluvial) 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, 1974, Austin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1974, San Antonio Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1976, Crystal City-Eagle Pass Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Palestine Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ........................................................................................................................................................................................................................................................................ Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. .........................-............................................................................................................................................................................................................................................. Bureau of Economic Geology, 1968, Beaumont Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ........................................................................................................................................................................................................................................................................ Bureau of Economic Geology, 1975, Corpus Christi Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ................................................................................................................................................................................................................................................I....................... Bureau of Economic Geology, 1975, Beeville-Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ........................................................................................................................................................................................................................................................................ Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. ...............................................................................................................................................................-....................................................................................................... Bureau of Economic Geology, 1982, Houston Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Anderson - Andrews - Angelina - Aransas - Archer - Armstrong - Atascosa - Austin - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazoria - Brewster - Briscoe - Brooks - Brown - Burleson - Burnet - Caldwell - Calhoun - Callahan - Cameron - Camp - Cass - Chambers - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Culberson - Dallam - Dallas - Dawson - Deaf Smith - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ector - Edwards - Ellis - EI Paso - Erath - Fannin - Fayette - Fisher - Floyd - Foard - Fort Bend - Franklin - Freestone - Frio - Galveston - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Howard - Hudspeth - Hunt - Hutchinson - Irion - Jack - Jackson - Jasper - Jeff Davis - Jefferson - Jim Hogg - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kenedy - Kent - Kerr - Kimble - King - Kinney - Kleberg - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Liberty - Limestone - Live Oak - Llano - Loving - Lubbock - McCulloch - McLennan - McMullen - Madison - Marion - Martin - Mason - Matagorda - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Nueces - Oldham - Orange - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Presidio - Rains - Randall - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Sherman - Smith - Somervell - Starr - Stephens - Sterling - Stonewall - Sutton - Tarrant - Taylor - Terrell - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Upton - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Ward - Washington - Webb - Wharton - Wheeler - Wichita - Wilbarger - Willacy - Williamson - Wilson - Winkler - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] - []SON] U.S. Department of the Interior i U.S. Geological Survey URL: https://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQal;0 Page Contact Information: Peter Schweitzer EEEIII l i i. :L I i Mineral Resources On-Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Pawpaw Formation, Weno Limestone, and Denton Clay, undivided Pawpaw Formation, Weno Limestone, and Denton Clay, undivided State Texas Name Pawpaw Formation, Weno Limestone, and Denton Clay, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous-Early Original map label Kpd comments pawpaw--calcareous marl, near middle soft ledge- forming limestone bed, unit as a whole recessive; thickness as much as 10 ft, thins southward. Weno Limestone, some very thin marl interbeds, thin to medium bedded, white to grayish yellow, basal 2-4- ft- thick resistant ledge forms uplands; thickness 6-45 ft. Denton clay alternating clay, marl, and limestone. Thickness 6-25 ft thins southward. Primary rock type mudstone Secondary rock type limestone Other rock types clay or mud Lithologic constituents Major Sedimentary > Clastic > Mudstone > Claystone (Bed) Minor Sedimentary > Carbonate > Marlstone (Bed) Sedimentary > Carbonate > Limestone (Bed) 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, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Cooke - Denton - Grayson - 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=TXKpd;0 Page Contact Information: Peter Schweitzer 999 Mineral Resources on-Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Fort Worth Limestone and Duck Creek Formation, undivided Fort Worth Limestone and Duck Creek Formation, undivided State Texas Name Fort Worth Limestone and Duck Creek Formation, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous-Early Original map label Kfd Comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1-5 ft thick, forms low rolling hills. Thickness 25- 35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness 25-30 ft. Primary rock type limestone Secondary rock type mudstone Other rock types clay or mud Lithologic constituents Major Sedimentary > Carbonate > Limestone (Bed) Minor Unconsolidated > Fine-detrital > Clay (Bed) Unconsolidated > Marl (Bed) 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, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ......................................... .. . ..... ._. Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Geographic coverage Cooke - Denton - Grayson - Montague - Tarrant - Wise Show this information as [XML] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKfd;0 Page Contact Information: Peter Schweitzer UNIFIED SOIL CLASSIFICATION SYSTEM UNIFIED SOIL CLASSIFICATION AND SYMBOL CHART LABORATORY CLASSFICATION CRITERIA. CQMS�AD-4MCD SCAS tm!Ov,of-nmAwa:v, :rxx nan No.2U0&-0kfe 3zo, Clem6%--rmi 2 GW W*Vmldod�mv%IK GW wvmw rkm 4,C, Dow QW,1 we, GRAVELS mmetlmsu% gravvi,%and at con me rmx1rus,4mmornairm GP Nat memittig 49 graidatm noW"manis ior GV im-Im 9,", Wen fem:%to m'4€-i 12%1'-1 as Sun No.4 r y rets.,graaarei rsasrvms Ambnk below 4and 7 am ba comes GC QWeY Aftibs knizabmew mqu"use a#dual symbake; 17� ma=vLgmQkW1hW7 rvn 5'4, Std W's", mdad smnds,gmavaly sm&. SIN rz cr na incz 1t7 1g SANDS ... ,W%Cr mcm SP P000ty graded sands,gr=,Wy sands. 09 amme VV 13Fr M ranee SP Na m4mtrlg an wadabm rawguff"V&kw GW fmcsun wnwmr #ian NQ-4 ria"I 12%inftl% &owl scm mnei-spamAxses bi*w Lwnftoc"instWed zone me ur Pt Anne*m 4 P1 betwtm 4 and 7 am bwdw(me cases rdqL"use ftle ldh Pk 9mmor Ihm 7 ctfdLmdrfmftiL 0,50% Cr nxrQ of rnmvm�m Wmiarihm Nr,2m sam mmm-) v&WW*-*PKOWMOM cc md vwj*ftim s cw)*. Daperidirg en pivoinup of*m*j*^1bft snow 9WA1aG,2W sift's 1170) 9IwMmvoc skim and wary immarKim,rues cDam*quwwxd mils am dmu&M ma*Wmc SILTS ML *aLrsJvV of cby"ine sank cr ckw)W LASS04n 6 pomwi------------------ -------------aw GP sw SP III sks 15'"`m�-Aq m:1 0 a V,ty Akre man u pmaw-------------------------------01C Gc,W ac AND 51:012POD...................BORWAm Gam M"ptnp dua Vfwbok CLAYS trulganic cuys CA tow 13 mo&um Lq4d k,,A CL ;"ict v-9--ty dmM—d y daM on Cam ske d-t-,ken C*% PILASTICITY CHART t CX_ Omanpc sift and aigan0c sfhr cups of ;aw omt" kmemrtc Afft"miummom 00' SILTS hvi #10 sandy army XCIft, 40 dm4c Sift A AND III A;-u.! '� CLAYS 'A mm mac days at fto phusctj�fat 33 C Liqudbrm (*my& CL as ori or W% -- CIV4 CXVWWC days of Mach"Im ho" 10 IZ el 4GHLY 0 10 20 30 40 W 60 70 go Ou lou OW�ANIIC . 1 PT Pml md cmcr 4gIrtly avant suis L." UMFT JL4 N) TERMS DESCRIBING SOIL CONSISTENCY Fir*Grained SoAs coarse Gq1e{�sails Perpmrometer Penetration Resistance Descr4*m Reading{tsfl (blowsi'ft) Description ReLgfive Dens Sit 0-0 to 1-0 0 to 4 Very Losse 0 tD,20% Ferro 1-0 to 1-5 4t 10 Louse 20 to 40% Sliff 1,5 to 3.0 10 to 30 Nleckm Dense 40 m 70% Very Stiff 3-0 to 4-5 30 to 50 Dense 70 to 90% H,,rd 4.5+ Over 50 Very Dense go to 100% GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICA IION DOCUMENTS CITY PROJECT NO.-02200 Revised,luly L 2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WOR EH SYCAMORE CREEK RELIEF INTERCEPTOR-PHASE I STANDARD CONSTRUCTION SPFCIFICAT]ON DOCUMENTS CI EY PROIECI NO.-02200 Revised Iuly 1.2011 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised July 1,2011 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEP"FOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICA HON DOCUMENTS CITY PROJECT NO"-02200 Revised July I,2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE:CREEK RELIEF INTERCEPTOR—PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-02200 Revised.lulu L 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FOR"I"WOR"FII SYCAMORE CREEK RELIEF INTERCEPFOR—PHASE I STANDARD CONS'IRUCTION SPEClI 1CA J ION DOCUMENTS CITY PROIEC"I NO.-02200 Revised.lulu I.2011