Loading...
HomeMy WebLinkAboutContract 43552CITY SECRETARY CONTRACT NO. can=MEW aoS: FIE. � FORTWORTH CONTRACIOWS BONDING co. c°4srRucnv�v�s cow SPECIFICATIONS AND CONTRACT DOCUMENTS CLIENT DEPARTMENT FOR WEST ROSEDALE BIKE/PEDESTRIAN PROJECT HEMPHILL MEDIANS Betsy Price Mayor CITY PROJECT No. 00459 TPW No. C295-541200-209230045983 DOE No. 6283 FILE No. K-2148 SEPTEMBER 2010 Tom Higgins City Manager Douglas W. Wirsieg, P.E. Director, Transportation and Public Works Department S. Frank Crumb, P.E. Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth JACOBS ENGINEERING GROUP INC. TBPE REG #2966 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 03-� - M&C Review Page 1 of 2 COUNCIL ACTION: Approved on 7/17/2012 DATE: 7/17/2012 REFERENCE NO.: **C-25731 LOG NAME: CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with C. Green Scaping, L.P., in the Amount of $244,047.00 for Landscape and Pedestrian Enhancements Along West Rosedale Street from Lipscomb to South Jennings Streets and Authorize Use of an Additional Amount of $88,953.00 for Related Contingencies and City and Consultant Construction Services for a Total Project Cost of $333,000.00 (COUNCIL DISTRICT 9) Official site of the City of Fort worth, Texas FORT \'4'0 RT I I 20WEST ROSEDALE HEMPHILL MEDIAN RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract with C. Green Scaping, L.P., in the amount of $244,047.00 for landscape and pedestrian enhancements along West Rosedale Street between Lipscomb and South Jennings Streets; and 2. Authorize the use of an additional amount of $88,953.00 for related project contingencies and City and Consultant Construction Services. DISCUSSION: This Sustainable Development project is to provide landscape and pedestrian enhancements on West Rosedale Street from Lipscomb Street to South Jennings Street. The West Rosedale Streetscape project is divided into two phases. West Rosedale Streetscape Phase I limits are Lipscomb Street to South Jennings Street. Phase I will provide pedestrian and landscaping improvements under a context sensitive approach to enhance the corridor. Funding includes $300,000.00 in North Central Texas Council of Governments Sustainable Development funds and $75,000.00 as the required local match in City of Fort Worth Street Improvement Capital Project funds for a total funding amount of $375,000.00. West Rosedale Streetscape Phase II limits are from 8th Avenue to South Main Street. Phase II is a reduction in the number of vehicle lanes from six lanes to four lanes to include the addition of bike lanes, bulb -outs, on -street parking, pedestrian improvements, landscaping and lighting under a context sensitive approach to enhance the corridor. Phase II is will begin construction September 2012. On January 19, 2006, (M&C G-15065) the City Council authorized the Planning Department Staff to submit nominations for seven projects for funding through the Sustainable Development Program. On April 13, 2006, the Regional Transportation Council approved grant funding in the amount of $300,000.00 for the West Rosedale Streetscape Retrofit Project. The awarded grant requires a local match in the amount of $75,000.00, which brings the total project funds to $375,000.00. On June 6, 2006, (M&C G-15245) the City Council adopted Resolution No. 3375-06-2006 authorizing an Interlocal Agreement with the North Central Texas Council of Governments (NCTCOG) for the West Rosedale Streetscape Retrofit Project, accepted grant funds in the amount of $300,000.00 from the NCTCOG, authorized the transfer in the amount of $75,000.00 from the Street Improvement Capital Project Fund to the Grant Fund for the local match, adopted Ordinance No. 16999-06-2006 increasing the estimated receipts and appropriations in the Grant Fund in the amount of $375,000.00 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=1... 8/24/2012 M&C Review Page 2 of 2 and authorized payment in the amount of $75,000.00 to NCTCOG with the understanding that these funds would be reimbursed in full along with the amount of $300,000.00 in grant funds from the NCTCOG for a total project fund amount not to exceed $375,000.00. This project was advertised for bid in the Fort Worth Star -Telegram on September 30, 2010 and October 7, 2010. On October 28, 2010, one bid was received: Bidder IC. Green Scaping, L.P. Amount II $244,047.00 Time of completion: 240 calendar days. In addition to the construction funding, the amount of $88,953.00 will be utilized for contingencies and City and Consultant furnished construction services. The resultant total project cost is completely funded between the City and Grant funds in an amount not to exceed $333,000.00. C. Green Scaping, L.P., is in compliance with the City's M/WBE ordinance by committing to 15 percent M/WBE participation on this project. The City's goal on this project is 15 percent. Additionally, C. Green Scaping, L.P., is a certified M/WBE firm. This project is located in COUNCIL DISTRICT 9, Mapsco 76M and 77J. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Grant Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR76 541200 022203125830 $244.047.00 Submitted for City Manager's Office bv: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Patrick Buckley (2443) ATTACHMENTS Location Map West Rosedale.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=1... 8/24/2012 01 — Project Information 1.1 — Title Page 1.2 — Location Maps FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WEST ROSEDALE BIKE/PEDESTRIAN PROJECT HEMPHILL MEDIANS CITY PROJECT No. 00459 TPW No. C295-541200-209230045983 DOE No. 6283 FILE No. K-2148 SEPTEMBER 2010 Michael J. Moncrief Dale A. Fisseler, P.E. Mayor City Manager William A. Verkest, P.E. Director, Transportation and Public Works Department S. Frank Crumb, P.E. Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth JACOBS ENGINEERING GROUP INC. TBPE REG #2966 SOUTH JENNINGS STREET I- W 0 1 z z z w 0 0 w w 1- m 2 0 U J a. qC � z 0 0 J w w�// LL V W J 0 W 0 H 02 — Front End Documents 2.1 — Table of Contents 2.2 — Notice to Bidders 2.5 — Special Instruction to Bidders (paving -drainage) TABLE OF CONTENTS 01 — Project Information 02 — Front End Documents 03 — MWBE Documentation 04 — Bid Package 05 — General and Special Conditions City Of Fort Worth, Texas Table of Contents PMO Release Date: 06.10.2010 Page 1 of 3 Z1.1 — Title Page IHr 1.2 — Location Maps " E 21 — Table of Contents .2 — Notice to Bidders ❑ 2.3 — Comprehensive Notice to Bidders ❑ .4 — Special Instructions to 2( idders (water -sewer) 2.5 — Special Instruction to Bidders (paving -drainage) ❑ 2.6 — Detailed Project Specifications (no drawings provided) 13.1 — MWBE Special nstructions [3.2 — MWBE Subcontractors/Suppliers Utilization Form 3.2.1 - MWBE Subcontractors/Suppliers Utilization Form Change /Orders LE 3.3 — MWBE Prime Contractor Waiver 3.4 — MWBE Good Faith Effort 3.5 — MWBE Joint Venture 14.1 — Bid Proposal Workbook ❑ 4.3 — Bid Schedule ❑ 4.4 — List of Fittings ❑ 4.5 — Pre -Qualified Contractor List 4.6 — Vendor Compliance ❑ 5.1 — Part C General Conditions (water — sewer) ❑ 5.2 — Supplementary Conditions to Part C (water — sewer) ❑ 5.3 — Part D — Special Conditions (water — sewer) ❑ 5.4 — Part DA — Additional Special Condition (water — sewer) ❑ 5 — Part E Specifications — Special Provisions ie(paving - drainage) .7 - Wage [155.8 — Compliance with and Enforcement of Prevailing TABLE OF CONTENTS Wage Rates ❑ 5.9 — Standard Details (water- _isewer) A 5.10 — Standard Details Construction Sign 06 —Technical Specifications ❑ Technical Specs Index 07 — Contracts, Bonds and Insurance 08 — Appendices Z7.1 — Certificate of Insurance IV .2 — Contractor Compliance With Workers' Compensation aw 7.3 - Conflict of Interest Questionnaire .4 - Performance Bond 7.5 - Payment Bond 6 - Maintenance Bond 7.7 — City of Fort Worth Contract ❑ Easements Index Rermits Index eports Index Geotechnical Report 09 — Addenda ❑ Addenda Index City of Fort Worth, Texas Table of Contents PMO Release Date: 06.10.2010 Page 2 of 3 NOTICE TO BIDDERS Sealed proposals for the following: West Rosedale Bike/Pedestrian Project- Hemphill Medians City Project No. 00459 Addressed to the CITY OF FORT WORTH PURCHASING. DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, October, 28, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthaov.ora/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are available at the City, at a cost of $30.00 (thirty dollars and no cents) per set (non-refundable). The documents are located at Transportation and Public Works Department, City of Fort Worth, 1000 Throckmorton Street, 2nd Floor, Fort Worth, TX 76102. Please contact Patrick Buckley 817-392-2443 for assistance. g) 39 2_4-63j The major work will consist of the (approximate) following: Work in the medians and park strips between Lipscomb Street and South Jennings Street on West Rosedale Street. Items in the Work are, but not limited to: clearing & grubbing of existing vegetation, soil excavation, paver, street light conduit, planting and irrigation installation. Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. For additional information, please contact Patrick Buckley, Project Manager, TPW Department at 817-392-2443 or by email: Patrick.BucklevCa)_fortworthgov.org. A pre -bid conference will be held on October 14th, 2010 at 10:00 a.m., in the City Hall Conference Room 270. Bidders are encouraged to review the plans and specifications prior to the pre -bid conference. Advertising Dates: September, 30th, 2010 October 7th, 2010 Rev 2-2-10 TPW NB-1 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety,must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT. PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. Rev 3-13-09 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, 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, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor 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. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works if required for use by the CITY OF FORT WORTH in determining the e successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage - $250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. Rev 3-13-09 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to.request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be. called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. Rev 3-13-09 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide -the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE' UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. Rev 3-13-09 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda may be rejected as non -responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and Rev 3-13-09 (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. Rev 3-13-09 J• By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate againstany person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRINIINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above -referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT. PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the fmal punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either fmal quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. Rev 3-13-09 03 — MWBE Documentation 3.1 — MWBE Special Instructions 3.2 — MWBE Subcontractors/Suppliers Utilization Form 3.2.1 - MWBE Subcontractors/Suppliers Utilization Form Change Orders 3.3 — MWBE Prime Contractor Waiver 3.4 — MWBE Good Faith Effort 3.5 — MWBE Joint Venture City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is +,) % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MWBE documentation in person to the approp3 late employee of the managing department and obtain a date/tilde receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy SviII not be accepted. 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE participation: 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed goal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED I NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/1/05 FORT WORTH City of Fort Worth ATTACHMENT 1A Page 1 of 4 PRIME COMPANY NAME: PROJECT NAME: Subcontractors/Suppliers Utilization Form C Green ,Sr'apin_ LI! \Alec+- Rucor VIc ►�,i1< / PPdesi-clay-1 Pvr?c City's M/WBE Project Goal: Prime's M/WBE Proje t Utilization: Check applicable block to describe prime ( M/W/DBE NON-M/W/DBE BID DATE PROJECT NUMBER oort 1 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five'(5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed' in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth: The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification' and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., 'a direct payment from the prime contractor to a subcontractor is considered 1 sf tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 FORT WORTH ATTACHMENT IA Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER T Company Name i Address e Telephone/Fax r 'Pam Tool 2220 Carson . 011- -Ira - i qq3 1 I ci 13 ue Sky Sod 1 I92I ND! F Springs 1 ►=-e,(ri s ► -Q i 61 2.5 ql2-544 - ZA-L B Lonhorn I It ( Cei-yFra.I Av 2 6raRvine, -f7c it2o51 Bri - 4 21- Oka I gl1— 11-2- 0g41 ti 1 Certification (check one) B B R 0 _B E E C T E N T Detail Detail M W c x "M Subcontracting Work Supplies Purchased Dollar Amount T D W A X Consfruchon Supplies 10,000 41- Topso ► pi° bbt�s , n ,ref rock_ Svppl l e 3 42,000 1-( o0041- I Rev. 5/30/03 FORT WORTH ATTACHMENT 'IA Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax T e r Certification (check one) N T Detail Detail M W c X M Subcontracting Work Supplies Purchased Dollar Amount B B T D E R O B. E C T E A Rev. 5/30/03 FORT WORTH ATTACHMENT IA Page 4 of 4 Total Dollar Total Dollar Amount of M/WBE Subcontractors/Suppliers Amount of Non-M/WBE Subcontractors/Suppliers $ $ 1000 • 00 I01000•00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 21 DOO . 00 The Contractorwill not make additions, deletions, or substitutions to this certified 'list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. AuthorrE6C1 Si • • . ure \/ ce Pre51C1P_t-+ Title ('i 1I%i'1s S• E1reen Printed Signature Contact Name/Title (if different) (T• elreen ,Sr ap1n I__1 r)L-i-�-311- 6126iq i P)11-�11-q33/ Company Name Telephone and/or Fax 24n1 i_-IAvirllo\J ►iCle✓/i 1le R(l • c(reen k nrr"nsOapi►--) . Cn� - r Address E-mail Address ` J .J • 1=4 . vNi Br • TX -n o t IR i t) / 243 / 10 City/State/Zip Date 1 ' Rev. 5/30/03 FORT WORTH Subcontractors/Suppliers Utilization Form for Change Orders City of Fort Worth PRIME COMPANY NAME: C. Creerm -'ccpci'ig, LP PROJECT NAME: VJes ►�csedc1? Lc/ Per ion City's M/WBE Change Order Goal: Prime's M/WBE Change Order Utilization: Page 1 of 4 Check applicable block to describe prime M/W/DBE NON-M/W/DBE Change Order Date PROJECT NUMBER OO/L cl Is this form being submitted with the Acceptance of Previous MWBE Commitment Form? Yes N , If yes, provide the MWBE commitment percentage Identify all subcontractors/suppliers you will use on this project Failure' to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 500 p.m. five (5) City business days after bid; opening, exclusive of bid opening date, wilt result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MM/BE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier ; level. Tier is the level of subcontracting below the prime contractor i.e a direct payment from the prime contractor to a subcontractor is considered 1s tier, a payment by a subcontractor to its supplier is considered 2n tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and'> operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another 'M/WBE firm, including M/WBE owner -operators, and receive full, M/WBE credit. The 7/8/10 Page 2 of 4 M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification (check one) SUBCONTRACTOR/SUPPLIER T n' Company Name ; N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount W Telephone/Fax r B B T D E E R 0 B C T E at.A ► oo l 222Ccor• S-E 174_vJo th, 1L>?Ir1 811- -15Igg3 31'7-i :q- -19°I �I sky Fe-1 S A XK r(Drlsfruch Or) Supplies 7/8/10 Page 3 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorizt-FrSignature / Pre_ tie ri4- Title C Ciro er S('apin 1. LP Company Name 211DIP,i Meryilia Rd . Address / (' i tactic. T. . Areerl Printed Signature Curtis :T. Firtr'rl Contact Name/Title (if different) 1311-51`1-g2aa 1 13i1- 9-17 - Telephone and/or Fax rclreeri 6 creer,srnoirl9. cnrn E-mail Address 7/8/10 Page 4 of 4 ►-+'- \�,hr�h . i X 1 l01 l f3 City/State/Zip Of f 22) l ID Date 7/8/10 FORTWORTH ATTACHMENT 1B Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: C . ,Cr aTNnr, P PROJECT NAME: I _1 ' I G i t LA / Peci ris-k I c Ki City's M/WBE Project Goal: PROJECT NUMBER Check applicable block to describe prime „/ MAN/DBE NON-M/W/DBE BID DATE iu17p,/1D If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entiretyand be received by. the Manacling Degartment`on or before 5 00 p.m./ five J5) City pyslneps days after bid opening, exclusive of the bid -opening date, will result in the bid being considered non -responsive to bid specifications Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. C Y-ES" NO YES NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not Tess than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. ii. 0 L ir-h"1 C Ji - t�i rP_�' ir) Authorize rem Printed Signature Title Contact Name (if different) C 6:71v— en SCA li-l(I . I _P Company Name 2_21 r 11 \t\ri Address City/State/Zip - (Y) CY1 Phone Number P?i-933) Fax Number CA re(i�}rcen C(I�Ir--)t) Email Address J J to 2f31 l� Date Rev. 5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH PRIME COMPANY NAME: PROJECT NAME: City of Fort Worth Good Faith Effort Form C. Areen .Crnping LP \ /AVS 4- R c)�C eL R i k P IPec1P_c-iri (-1 City's M/WBE Project Goal: PROJECT NUMBER Check applicable block to describe prime . M/W/DBE BID DATE NON-M/W/DBE IIf you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participationis Tess than the City s project goal you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considerednon-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"° tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities t.r r e+ruc- !t"n CupfliP Tn Vcni (. Pe hk.LS 1 iry-ir1 rd-ion Svn�l i l Pau nci'ninl ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes No Date of Listing 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? < Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? _Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of MIWBEs' for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in -camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Raw n!L'nmz ADDITIONAL INFORMATION: ATTACHMENT 1 C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. 1«if r-Fn✓ryt 0(11 work_ in hni)c .-he{e-lr)re' ord.' (-)DID orfuni-1 i 4)Y 1,11A t P E rnr-l-ic i on IS -Frr s► ppI I P rS . "We rc--I-o.c-kr4 S►►erS vv hntve tAJt7rk., nVV( years Anti disc uSSec) nve.r pknr►E tpe pt ofe cf The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not Tess than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not Tess than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Offi fi. l uThs `1 • Fireet) Authorized Signature Printed Signature �/ICP PrPci dee-) Title Contact Name and Title (if different) C Ev-Pe) _Sco,pi✓ t LP r?l l 511-12gq RI' 1- 9331 Company Name Phone Number Fax Number • /.) I t-In,-ti I FAervi I it Rol • l' are e n & are n_Sca.DI rvi Address ' Email Address J f: 4. v,1n r+ln / T X / 11Q i 1 P) t o I2J J c City/State/Zip Date Raw nsruunn Joint Venture Page 1 of 3 FORT WORTH Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: Of applicable) CITY OF FORT WORTH Joint Venture Eligibility Form All questions ,rust be answered; use "NA" if applicable. N A' joint venture form must be completed on each project RFP/Bid/Purchasing Number: Telephone: Facsimile: Cellular: E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE name: iJ 1 I\ firm name: Business Address: Business Address: City, State, Zip: Telephone Facsimile Cellular Certification Status: Name of Certifying Agency: E-mail City, State, Zip: Telephone Cellular E-mail address Facsimile 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-MIWBE: RPM, F/fAn/nR Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? %1 / +�C 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: / 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Pc,./ ctnntnr Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of M/WBE firm Name of non-M/WBE firm C.C--, Pei Printed Name of Owner Signature of Owner Printed a Ur iwiler Signature of Owner Title \l l C e Date State of On this SCc�i r>c . LP J .I- Lire er) �lrrn('y1 1\\ or) Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner Title Date Notarization County of day of ()'- and tJ {lc Llr t" Lll 1 , 20 In , before me appeared to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public S-I n.(' Print Name Notary Public X LCLc.L{ Signature Commission Expires C1etC\tnram--I I\ei% i r-L(eie (..L-L-LA .Z I 1 1 I`1- t / STACY GEIGENMILLER Notary Public, State of Texas My C rnnilealon 1=xplres MarOh 13, 2014 (seal) RP" gm/in 04 — Bid Package 4.1 — Bid Proposal Workbook 4.6 — Vendor Compliance PROPOSAL TO: The Purchasing Department Fort Worth, Texas City of Fort Worth, Texas September 2010 FOR: WEST ROSEDALE BIKE/PEDESTRAIN PROJECT HEMPHILL MEDIANS City Project No.: 459 UNITS/SECTIONS: 1 C204-541200-20920045983 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. If required by this project, Contractor must be pre -qualified in accordance with the projects sponsoring Depai talents of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. City of Fort Worth Project Manager: PATRICK BUCKLEY Project 00459 - WEST ROSEDALE BIKE\PEDESTRIAN PROJECT HEMPHILL MEDIANS Unit/Section: 1 C204-541200-209230045983 Contractor Instructions: Fill in green cells with your CFW Vendor ID, your Company Name and your bld amounts. Date 10/29/2010 When your bld is complete, save and close, start Buzzsaw and Add your proposal to the City Project # 459 folder with your Company Name within project's Bid Responses folders. Your Vendor Number Your Company Name Bid Items C.Green Scaping, LP You may now submit this bld Unit of Your Unit Line Number CPMS Record Number Material Description Measure Quantity Price Your Bid 1 00124 t ervice Mobilization - ervices obilization Lump Sum 1.00 $4,700.Q0 $4,700.00 2 D-00472 ervice ' ' Pav' ment-Un assife Street E �cav tion Remove ( nclassified treet Cu is Yard 1100.00 1 0' $ 4,300.00 St �C R y 3 • ID-60382 PVC 'ondud - Ins all lc on ult Dore with 4" Sch 40 PVC for (ectrical Lines) Linear Foot 130.60 29.00 $2,990.00 Ipe-ti Inch UrralA Ntl P rtorated - InS'tall (6 In�`f1 Drain (IncIUdet 12' Multi-iow 4 B D-00922 PVC i e and Linear Foot 400.00 5 6 j� 0(175 teel 'VC P61duit 2 nch-Sch 40-1�nta 11f2" PVC Sch 40 Reinstall) Future Street Lighting) .intsar Foot 1260.00 ' 7.40 $x1.324.00 7 j p-00428 As§e bly edian-Bribk - Install (P&rmeab(e Paver's bn Aggregate E«aySe) Square Fool 5090.00 �t.' 0 $3 ',500.00 8 3 10-00123 her ��M//iscellaneous - ervices River Pebbles in Tons)Each 20.00 $1 ¢%.t1O 2,740.00 9 ayay D 00123 er 'VA'isce laneous - 'ervices Lava Sand in YEach 7.00 sib( 0 1 099.00 10 Fi� 001 3 ((5t(,er Miscellaneous - 'ervices Maintenance Strip ecomposed Granite in CY) Each 30.00 $i0D.1i� '000.00 11 ?-00123 tierMiscellaneous - 'ervices Metal Edging in l3=� h 1950.00 2 20 290.00 12 , 00793 ServiCeCS ite Preparation- 'radinq -Services (Fine Gradlnq) Lumpum 1.00 (9.00 $700.00 13 J-00147 Soil 'oQsoil - Install Plantirig Soil Mix)Cubic card 1325.00 00 $56,975.00 14 D-00801 Vegetation aridscaping-per Plans - (ns(a(( (lanting Per Plans) (.utnp 'um 1.00 $35,289.00 $36,289.00 Irrigation System w/Control & Electrical Service - Install (Irrigation System 15 BID-00800 Assembl W/Controls & Electrical Service Per Plans. Includes boring and trenchinct), Lump Sum 1.00 16 00100 gJervice torm Water Pollution Prevention Plan > Than 1 Ac SWPPP - Install (Erosion LumA Sum 1.00 17 f -00181 Service(, ' raffiicControl - Install (Traffic Control for 8 Months) Lump Sum 1.00 16 (",IPp-0oj504 Steel i, li Prooject Designation - Install Project Signs) Eaach 2.00 19 304 ili Sum 10000.00 20 BID-01303 SeOt Other S ((Mjj iisc I aneoForce Accair cou?lt Isc Utility Force (Mi c Force Account (as directed by Ciunt as directed byty, $15,000 Force Acct 15000.00 $28,600.00 1, 600.00 $ 0,000.00 $3 0.0b 1.00 1.00 $28,600.00 1,600.00 $ 0,000.00 700.00 $1 ,000.00 $15,000.00 Total Bid This Unit $244,047.00 FINAL BID SUMMARY BASE BIDS 1 C204-541200-20920045983 Link to Total Bid TOTAL BASE BID $244,047.00 Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 240 calendar days after beginning constriction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) ❑ The principal place of business of our company is in the State of 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. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. X❑ The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Addendum No. 6: { Affix Corporate Seal] Respec By: Curtis Green Title: Vice President Company: C. Green Scaping, LP Address: 2401 Handley Ederville Rd. Ft. Worth, TX 76118 Date: 8/28/2012 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to 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 of 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 too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. (Check One Box and complete, as applicable) fl The principal place of business of our company is in the State of 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. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. X The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: By: Curtis J. Green Title: Vice President Company: C. Green Scaping, LP Address: 2401 Handley Ederville Rd. Ft. Worth, TX 76118 Date: 10/28/2010 THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 05 — General and Special Conditions 5.6 — Special Provisions (paving - drainage) 5.7 - Wage Rates 5.8 — Compliance with and Enforcement of Prevailing Wage Rates 5.10 — Standard Details Construction Sign SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK SP-3 2. AWARD OF CONTRACT SP-3 3. PRECONSTRUCTION CONFERENCE SP-3 4. EXAMINATION OF SITE SP-3 5. BID SUBMITTAL SP-3 6. WATER FOR CONSTRUCTION SP-3 7. SANITARY FACILITIES FOR WORKERS SP-3 8. PAYMENT SP-4 9. SUBSIDIARY WORK SP-4 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SP-4 11. WAGE RATES SP-4 12. EXISTING UTILITIES SP-5 13. PARKWAY CONSTRUCTION SP-6 14. MATERIAL STORAGE SP-6 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS SP-6 16. INCREASE OR DECREASE IN QUANTITIES SP-6 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS SP-6 18. EQUAL EMPLOYMENT PROVISIONS SP-7 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE SP-7 20. FINAL CLEAN UP SP-9 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW SP-9 22. SUBSTITUTIONS SP-12 23. MECHANICS AND MATERIALSMEN'S LIEN SP-12 24. WORK ORDER DELAY SP-12 25. CALENDAR DAYS SP-12 26. RIGHT TO ABANDON SP-12 27. CONSTRUCTION SPECIFICATIONS . SP-13 28. MAINTENANCE STATEMENT SP-13 29. DELAYS SP-13 30. DETOURS AND BARRICADES SP-13 31. DISPOSAL OF SPOIL/FILL MATERIAL SP-13 32. QUALITY CONTROL TESTING SP-14 33. PROPERTY ACCESS SP-14 34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES SP-15 35. WATER DEPARTMENT PRE -QUALIFICATIONS SP-15 36. RIGHT TO AUDIT SP-15 37. CONSTRUCTION STAKES SP-16 38. LOCATION OF NEW WALKS AND DRIVEWAYS SP-16 39. EARLY WARNING SYSTEM FOR CONSTRUCTION SP-16 40. AIR POLLUTION WATCH DAYS SP-17 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-1 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION PAY ITEMS: 41. PAY ITEM No. 1 BID 00124 - MOBILIZATION SP-18 42. PAY ITEM No. 2 BID 00472 — UNCLASSIFIED STREET EXCAVATION SP-18 43. PAY ITEM No. 3 BID 00382 — BORE W/ 4" PVC SP-20 44. PAY ITEM No. 4 BID 00922 — 6" DRAIN PIPE SP-20 45, PAY ITEM No, 5 BID 00506 — STREET SIGNS SP-23 46. PAY ITEM No. 6 BID 00175 — 2" PVC CONDUIT SP-24 47. PAY ITEM No. 7 BID 00428 — PERMEABLE PAVERS SP-24 48. PAY ITEM No. 8 BID 00123 — RIVER PEBBLES SP-33 49. PAY ITEM No. 9 BID 00123 — LAVA SAND SP-34 50, PAY ITEM No. 10 BID 00123 — MAINTENANCE STRIP - DECOMPOSED GRANITESP-36 51, PAY ITEM No. 11 BID 00123 — METAL EDGING SP-41 52. PAY ITEM No. 12 BID 00493 — FINE GRADING SP-42 53. PAY ITEM No. 13 BID 00147 — TOPSOIL SP-42 54. PAY ITEM No. 14 BID 00801 — LANDSCAPING PER PLANS SP-47 55. PAY ITEM No. 15 BID 00800 — IRRIGATION PER PLANS SP-61 56. PAY ITEM No, 16 BID 00100 — SWPPP SP-72 57. PAY ITEM No. 17 BID 00181 — TRAFFIC CONTROL SP-72 58. PREBID ITEM No. 19 BID 00504 — PROJECT SIGNS SP-73 59. PREBID ITEM No. 18 BID 00414 — UTILITY ADJUSTMENTS SP-74 60. PREBID ITEM No. 20 BID 01303 FORCE ACCOUNT SP-74 61. NON -PAY ITEM - CLEARING AND GRUBBING SP-75 62. NON -PAY ITEM - SPRINKLING FOR DUST CONTROL SP-75 63. NON -PAY ITEM - PROJECT CLEAN-UP SP-75 64. NON -PAY ITEM - PROJECT SCHEDULE SP-75 65. NON -PAY ITEM - NOTIFICATION OF RESIDENTS SP-78 66. NON -PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION SP-78 67. NON -PAY ITEM — PRE -CONSTRUCTION NEIGHBORHOOD MEETING SP-78 68. NON PAY ITEM — LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES SP-78 69. NON PAY ITEM — TIE IN INTO STORM DRAIN STRUCTURE SP-79 70. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE -INSPECTIONS SP-79 71. NON PAY ITEM - TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) SP-79 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-2 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: WEST ROSEDALE BIKE/PEDESTRIAN PROJECT — HEMPHILL MEDIANS CITY PROJECT NO.: 00459 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Work in the medians and park strips between Lipscomb Street and South Jennings Street on West Rosedale Street. Items in the Work are, but not limited to: clearing & grubbing of existing vegetation, soil excavation, paver, street light conduit, planting and irrigation installation and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law. Failure to provide a complete bid package may be grounds for designating bids as "non -responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-3 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the City per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pav Prevailing Waae Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), 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. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid Tess 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. 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. Arbitration Required if Violation Not Resolved. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-4 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 do 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 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. 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 the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate 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. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 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. (Wage rates are attached at the end of this section.) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-5 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that portions of the parkways be excavated and graded. Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to. Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Design Engineer, Architect, and Consultant and their personnel at the project site for Contractor's sole negligence. In addition, 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 or suits for property Toss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-6 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination_ of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non -responsive to specifications. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-7 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Contractor shall provide copies of subcontracts or co -signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented.he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-8 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the City. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general restoring the worksite to an orderly appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-9 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage City of Fort Worth, Texas Special Provisions For Street and Stone Drain Improvements PMO Release Date: 07/28/2010 Page SP-10 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS B. period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. - k. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-11 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the City to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed, the substitution must be approved by the City. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the City shall be the sole judge of the acceptability of substitutions. The provisions of the sub -section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days. 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-12 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two • following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call -out for the pay item by the City's Representative. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: 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. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the City to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by City by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-13 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not Tess than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the City. City of Fort Worth. Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-14 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not Tess than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING —UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage -type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company which will erect temporary mechanical barriers, de - energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE -QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre -qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) 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 normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. 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, under the expiration of City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-15 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS three (3) years after final payment under the subcontract, 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 normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. 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 copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the City, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the City, the Contractor may re -locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is Tess than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-16 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department will, if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding companywill be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1 through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment. is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, the calendar days allowed may be adjusted. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-17 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS CONSTRUCTION 41 - ITEM BID-00124 MOBILIZATION 41.1 WORK A. The Work of this Item includes all mobilization of all personnel, equipment and supplies at the project site in preparation for beginning work on the other contract items. B. See Standard Specifications Items 101 "Mobilization" for specifications governing this Item. 1. Measurement: The measurement for this Item shall be lump sum including all labor, materials and equipment necessary for contractor to mobilize to perform improvements including in the project as shown on Construction Documents. 2. Payment: Payment for this Item shall be lump sum. 42 - ITEM BID-00472 UNCLASSIFIED STREET EXCAVATION — REMOVE 42.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary for the excavation and haul off of material in medians, beauty strip, underdrains and other areas as indicated on the Construction Documents. B. See Standard Specifications Item no. 106, "Unclassified Street Excavation" for specifications governing this Item. In addition the following special provisions shall apply: 42.2 PROJECT CONDITIONS A. Improvements on Adjoining Property: Authority for performing earth moving outside City right-of-way on property adjoining City property shall not occur without authority from the City. Do not proceed with Work on adjoining property unless directed by the City's Representative. B. Utility Locator Service: Notify Dig Test for area where Project is located before beginning any excavation operations. There are active utility lines located within the limits of construction. C. Do not commence excavation operations until temporary erosion and sedimentation control measures specified in the Construction Plans are in place. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-18 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS D. Do not start excavation until all erosion and traffic control is in place. 42.3 PREPARATION A. Protect structures, utilities, sidewalks, pavements, walls, signs, Tight poles and guys, and other facilities in the right-of-way from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations. B. Protect and maintain erosion and sedimentation controls during earth moving operations. 42.4 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding the project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. C. Re-route surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. D. Contractor shall use whatever means necessary to keep the excavations clear of water accumulating inside the holes by pumping or other means to prevent standing water. 42.5 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. B. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. C. Excavate trenches 4 inches deeper than bottom of pipe and conduit elevations to allow for bedding course. Hand -excavate deeper for bells of pipe. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 42.6 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavations under other construction, pipe, or conduit as directed by City's Representative at no additional cost to City. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-19 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 42.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off City's property and pay all dumping charges. 42.8 Measurement: The measurement for this Item shall be by volume in cubic yards including all labor, materials and equipment necessary to provide excavation services. 42.9 Payment: Payment for this Item shall be by volume in cubic yards. 43 - ITEM BID-00382 BORE UNDER PAVEMENT W/4" PVC SLEEVE - INSTALL 43.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary to bore under existing walkway and roadway pavement and install a four inch PVC sleeve at the four boring locations as shown on Construction Documents. B. See Standard Specifications Items 448 "Jacking, Boring or Tunneling Pipe" for specifications governing this Item. In addition the following special provisions shall apply: Pipe to be 4" Schedule 80 per ASTM D 1785 - 06 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe. 1. Measurement: The measurement for this Item shall be linear feet including all labor, materials and equipment necessary to bore under the pavement and install 4" sleeve at locations and distances as shown on Construction Documents. 2. Payment: Payment for this Item shall be linear feet complete in place and include all furnishing and placing all materials and backfill, for all sheeting, shoring, bracing, and drainage: for disposal of all surplus materials and for all labor, tools, equipment, and incidental necessary to complete the work, all in accordance with the plans and these specifications. 44 - ITEM BID-00922 UNDERDRAIN W/GRAVEL AND FILTER FABRIC — INSTALL 44.1 WORK A. The Work of this Section includes all labor, equipment, and materials necessary to construct underdrains using pipe, gravel and filter material according to these specifications and in reasonably close conformity with the lines and grades shown on the Contract Documents, or as directed. Complete in place underdrainage system, with all appurtenances in medians and connection to the City storm drain manhole. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-20 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS B. See Standard Specifications Items 500 "Subdrains" for specifications governing this Item. In addition the following special provisions shall apply: 44.2 UNDERDRAIN FIELD MEASUREMENT A. The Contractor shall verify that survey bench mark and intended elevations for the Work are as indicated. B. The Contractor shall notify the City's Representative of vertical and/or horizontal control discrepancies shown on the plans. C. The Contractor shall notify the City's Representative should field conditions warrant a change in typical cross section, elevations, or connenction to storm drainage system. 44.3 UNDERDRAIN SUBMITTALS A. Submit Manufacturer's product data for the following: 1. Underdrain pipe. 2. Connections necessary to connect the drain system to the City storm drain system. 3. All caps and covers. 4. Filter fabric. 5. Sand layer. 44.4 UNDERDRAIN PIPE MATERIALS A. The underdrain conduit shall be 12 inch flexible, prefabricated, rounded rectangular shaped, composite product. The drain conduit shall be wrapped with a non -woven geotextile. This non -woven wrap shall be of a needle -punched construction consisting of Tong -chain polymeric fibers composed of polypropylene, polyethylene or polyamide. The fibers shall be oriented into a multi -directional stable network whereby they retain their positions relative with each other and allow the passage of water as specified. The fabric shall be free of any chemical treatment or coating, which reduces permeability and shall be inert to chemicals commonly found in soil. The geotextile shall conform to the following minimum average roll values. B. The drainage core shall be made of a high -density polyethylene. The core shall be constructed using interconnected corrugated pipes that define and provide the flow channels and structural integrity of the drain. The geotextile shall function only as a filter. The core of the edge drain shall conform to the following physical property requirements. C. The fittings used with the edge drain shall be of a snap together design. In no case shall any drainage product be joined without the use of the manufacturers connector designed specifically for the purpose. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-21 of 82 SPECIAL PROVISIONS FOR. STREET AND STORM DRAIN IMPROVEMENTS D. Pipe for edge drain outlet laterals shall be either PVC pipe meeting the requirements of ASTM D 2729 or ASTM F 949, or high -density polyethylene pipe meeting the requirements of AASHTO M 252. E. A rodent screen made of 0.3 inch by 0.3 inch square opening size, 0.063 inch gauge, stainless steel or galvanized, welded wire mesh shall be installed in each outlet lateral line. When using galvanized welded wire mesh, the rodent screen shall be galvanized after it has been formed to the shape and dimensions shown on the plans or specified by the City's Representative. F. Underdrain system shall be Mutli-Flow Drainage Systems as manufactured by Varicore Technologies, Inc. P.O. Box 131, Prinsburg, MN 56281, Phone 800-978- 8007, or an approved equal. G. Underdrain Outlet Protectors: 1. Concrete shall be 3000 p.s.i. 2. Reinforcing steel shall comply with Section: Concrete Walkway Pavement 3. In lieu of constructing underdrain outlet protectors in place, the Contractor may use precast units that comply with the applicable requirements of the Manufacturer's recommendations. H. Sand Drainage Layer: Sand layer to cover the underdrainage pipe in the treeway shall be hard, clean, durable sand compatible for use as a drainage material. The particle size shall be defined as less than 5 percent retained on a No. 10 screen, and less than 5 percent passing through a No. 30 screen. No more than 1 percent shall pass a No. 50 screen. I. Filter Fabric: The filter fabric shall be used to separate the sand blanked from the backfill or topsoil on all sides. The fabric shall be AMOCO 4545 or approved equivalent. 44.5 PREPARATION A. Identify required lines, levels, contours, and datum locations. Location and elevations have been provided on the plans. The contractor shall verify the correctness of the plans and elevations provided and notify the Landscape City's Representative of any discrepancies found prior to field adjustments. 44.6 CONSTRUCTION REQUIREMENTS A. Underdrain Pipe Installation: 1 The underdrain pipe shall be laid horizontal at the bottom of the trench and the pipe sections joined securely with the appropriate coupling fittings or bands, or other necessary connections per the Manufacturer's recommendations to provide a complete drainage system connected to the City storm drains. 2. The upgrade end of pipe installations shall be closed with suitable plugs to prevent entry of soil materials. 3. The pipe shall be installed in such a manner that continuous outflow is provided during construction. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-22 of 82 SPECIAL PROVISIONS FOR . STREET AND STORM DRAIN IMPROVEMENTS 4. The drainage system shall be laid at a minimum of 1 percent slope to drain outlets. B. Underdrain Outlet Protectors: 1. The foundation shall be prepared to the required depth, forms set rigidly to the line and grade designated, and the concrete placed, spaded, vibrated, and finished with a wood float to a true and even surface. 2. When completed, the concrete shall be cured as specified in Section 410 "Concrete Structures". 3. Precast units shall be placed on a foundation prepared to the proper depth and the pipe underdrain shall be firmly secured to the outlet protector. 4. The outlet protector shall be placed in such a manner that the underdrain lateral has a uniform slope to ensure proper drainage. 5. Abrupt changes in slope along any portion of the lateral will not be permitted. C. Sand Drainage Layer: 1. After the underdrain pipe installation has been inspected and approved, sand material shall be placed in a layer to a minimum height of 3 inches above the top of the pipe, surrounding the pipe in a blanket layer that is the full width of the trench. D. Filter Fabric: 1. The filter fabric shall be installed as shown on the plans. 2. Care shall be taken during the placement of the planting soil, to prevent damage to the fabric and underdrain. E. Protection 1. The contractor shall protect the underdrain from contamination prior to the placement of successive courses. 2. Underdrains contaminated or crushed are subject to removal and replacement at no cost to the City. 44.7 Measurement: The measurement for this Item shall be linear feet and including all labor, materials and equipment necessary to install underdrain with gravel and filter fabric including all connections, pipe, backfill, and cleanouts. 44.8 Payment: Payment for this Item shall be linear feet in place. 45 - ITEM BID-00506 — REMOVE EXISTING SIGN — INSTALL 45.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary for the removal of existing traffic signs, poles, and bases, and furnishings and re -installing the same in new locations as shown on the Contract Documents. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-23 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Measurement: The measurement for this Item shall be for each individual sign and includes all labor, equipment and materials necessary to remove and re -install in new locations. 2. Payment: Payment for this Item shall be each per single sign, complete in place. 46 - ITEM BID-00175 — CONDUIT-2 INCH -SCHEDULE 40-INSTALL 46.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary to install a 2 inch, Schedule 40 PVC under the proposed brick pavers in the Medians and Beauty Strips as shown in the Construction Documents. 1. See Standard Specifications Items 522, "Conduit and Pull Boxes" for specifications governing this Item. 2. Measurement: The measurement for this Item shall be linear feet including all labor, materials and equipment necessary to install 2 inch Conduit at locations and for distances as shown on Construction Documents. 3. Payment: Payment for this Item shall be linear feet complete in place. 47 - ITEM BID-00428 — PAVEMENT — PERMEABLE PAVERS ON AGGREGATE BASE — INSTALL 47.1 SUMMARY A. Section Includes: 1. Permeable interlocking concrete pavers. 2. Crushed stone bedding material. 3. Open -graded subbase aggregate. 4. Open -graded base aggregate. 5. Bedding and joint/opening filler materials. 6. Edge restraints. 7. Geotextiles. 47.2 REFERENCES A. American Society for Testing and Materials (ASTM) 1. C 131, Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 4. D 448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 5. C 936, Standard Specification for Solid Interlocking Concrete Pavers. • 6. C 979, Specification for Pigments for Integrally Colored Concrete. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-24 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5-Ib Rammer and 12 inch. drop. 8. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10-lb Rammer and 18 inch. drop. 9. D 1883, Test Method for California Bearing Ratio of Laboratory -Compacted Soils. 10. D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In - Place by Nuclear Methods (Shallow Depth). 11. D 4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. B. Interlocking Concrete Pavement Institute (ICPI) 1. Permeable Interlocking Concrete Pavement manual. 2. Permeable Design Pro software for hydrologic and structural design. 47.3 SUBMITTALS A. In accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Paver manufacturer's/installation subcontractor's drawings and details: Indicate perimeter conditions, junction with other materials, expansion and control joints, paver layout, patterns, color arrangement, installation and setting details. Indicate layout, pattern and relationship of paving joints to fixtures, and project formed details. C. Minimum 3 lb samples of subbase, base and bedding aggregate materials. D. Sieve analysis of aggregates for subbase, base and bedding materials per ASTM C 136. E. Test results for void ratio and bulk density of the base and subbase aggregates. F. Soils report indicating density test reports, classification, and infiltration rate measured on -site under compacted conditions, and suitability for the intended project. G. Permeable concrete pavers: 1. Paver manufacturer's catalog sheets with product specifications. 2. Four representative full-size samples of each paver type, thickness, color, and finish. Submit samples indicating the range of color expected in the finished installation. 3. Accepted samples become the standard of acceptance for the Work of this Section. 4. Laboratory test reports certifying compliance of the concrete pavers with ASTM C 936. 5. Manufacturers' material safety data sheets for the safe handling of the specified paving materials and other products specified herein. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-25 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 47.4 QUALITY ASSURANCE A. Paver Installation Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material and extent indicated on this project. B. Mock -Ups: 1. Install a 10 ft x 10 ft paver area. 2. Use this area to determine surcharge of the bedding layer, joint sizes, and lines, laying pattern, color and texture of the job. 3. This area will be used as the standard by which the Work will be judged. 4. Subject to acceptance by City, mock-up may be retained as part of finished Work. 5. If mock-up, is not retained, remove and properly dispose of mock-up. 47.5 DELIVERY, STORAGE, AND HANDLING A. Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. B. Delivery: Deliver materials in manufacturer's original, unopened, undamaged container packaging with identification tags intact on each paver bundle. 1. Coordinate delivery and paving schedule to minimize interference with normal use of buildings, sidewalks, and roadways adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product or existing construction C. Storage and Protection: Store materials in protected area such that they are kept free from mud, dirt, and other foreign materials. 47.6 PRODUCTS A. Brick to be supplied by a Belgard Manufacturer: 1. Jewell Concrete Products, 400 Jewell Dr, Waco, Texas 76712 254-772-3440, fax: 254-772-6999 Contact Micah North. a li'16,6 3— 733," - B. Brick: 1. Holland Stone: a. 8" x 4" x 2 3/8". 2. Color: a. Terra Cotta. C. Meet the following requirements set forth in ASTM C 936, Standard Specification for Interlocking Concrete Paving Units: 1. Average compressive strength of 8,000 psi with no individual unit under 7,200 psi. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-26 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2. Average absorption of 5 percent with no unit greater than 7 percent when tested in accordance with ASTM C 140. 3. Resistance to 50 freeze -thaw cycles when tested according to ASTM C 67. 47.7 CRUSHED STONE FILLER, BEDDING, BASE AND SUBBASE A. Crushed stone with 90 percent fractured faces, LA Abrasion < 40 per ASTM C 131, minimum CBR of 80 percent per ASTM D 1883. B. Do not use rounded river gravel for vehicular applications. C. All stone materials shall be washed with less than 1 percent passing the No. 200 sieve. D. Joint/opening filler, bedding, base and subbase: conforming to ASTM D 448 gradation as shown in Tables 1, 2 and 3 below: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-27 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1/2 inch 3/8 inch No. 4 No. 8 No. 16 1 1/2 inch 1 inch 1/2 inch No. 4 No. 8 3 inches 2 1/2 inches 2 inches 1 1/2 inches 3/4 inches Table 1 (Fines 1 per detail in Construction Documents) ASTM No. 8 Grading Requirements Bedding and Joint/Opening Filler Sieve Size Percent Passing 100 percent 85 to 100 percent 10 to 30 percent 0 to 10 percent 0 to 5 percent Table 2 (Fines 2 per detail in Construction Documents) ASTM No. 57 Base Grading Requirements Sieve Size Percent Passing 100 percent 95 to 100 percent 25 to 60 percent 0 to 10 percent 0 to 5 percent Table 3 (Fines 3 per detail in Construction Documents) Grading Requirement for ASTM No 2 Subbase Sieve Size Percent Passing 100 percent 90 to 100 percent 35 to 70 percent 0 to 15 percent 0 to 5 percent E. Gradation criteria for the bedding and base: Note: Dx is the particle size at which x percent of the particles are finer. For example, D15 is the particle size of the aggregate for which 15 percent of the particles are smaller and 85 percent are larger. 1. D15 base stone /D15 bedding stone < 5. 2. D50 base stone/D50 bedding stone > 2. 47.8 EXECUTION A. Examination 1. Acceptance of Site Verification of Conditions: General Contractor shall inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following Items prior to installation of interlocking concrete pavers. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-28 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS B. Soil subgrade compaction: 1. Compact to a minimum of 95 percent standard Proctor density per ASTM C 698. Compacted soil density and moisture should be checked in the field with a nuclear density gauge or other test methods for compliance to Specifications. Stabilization of the soil and/or base material may be necessary with weak or continually saturated soils, or when subject to high wheel loads. Compaction will reduce the permeability of soils. If soil compaction is necessary, reduced infiltration may require drain pipes within the open -graded subbase to conform to local storm drainage requirements. a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements. b. Provide written density test results for soil subgrade to the City, General Contractor and paver installation subcontractor. c. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage pipes and inlets. 2. Do not proceed with installation of bedding and interlocking concrete pavers until subgrade soil conditions are corrected by the General Contractor or designated subcontractor. C. Preparation 1. Verify that the soil subgrade is free from standing water. 2. Stockpile joint/opening filler, base and subbase materials such that they are free from standing water, uniformly graded, free of any organic material or sediment, debris, and ready for placement. 3. Edge Restraint Preparation: a. Install edge restraints per the drawings at the indicated elevations. D. Installation Note: The minimum slope of the soil subgrade is typically 0.5 percent. Actual slope of soil subgrade will depend on the drainage design and exfiltration type. All drain pipes, observation wells, overflow pipes, and (if applicable) geotextiles, berms, baffles and impermeable liner should be in place per the drawings prior to or during placement of the subbase and base, depending on their location. Care must be taken not to damage drainpipes during compaction and paving. No mud or sediment can be left on the base or bedding aggregates. If they are contaminated, they must be removed and replaced with clean materials. Base/subbase thicknesses and drainage should be determined using ICPI's Permeable Interlocking Concrete Pavements manual and Permeable Design Pro software 1. General a. Any excess thickness of soil applied over the excavated soil subgrade to trap sediment from adjacent construction activities shall be removed before application of the geotextile and subbase materials. b. Keep area where pavement is to be constructed free from sediment during entire job. Geotextiles base and bedding materials contaminated with sediment shall be removed and replaced with clean materials. c. Do not damage drainpipes, overflow pipes, observation wells, or any inlets and other drainage appurtenances during installation. Report any damage immediately to the City's Representative. 2. Geotextiles City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-29 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS a. Place on bottom and sides of soil subgrade. Secure in place to prevent wrinkling from vehicle tires and tracks. b. Overlap a minimum of 12 inches the direction of drainage. 3. Open -graded subbase and base: a. Moisten, spread and compact the No. 2 subbase in 4 to 6 in. lifts without wrinkling or folding the geotextile. Place subbase to protect geotextile from wrinkling under equipment tires and tracks. b. For each lift, make at least two passes in the vibratory mode then at least two in the static mode with a minimum 10 ton vibratory roller until there is no visible movement of the No. 2 stone. Do not crush aggregate with the roller. c. The surface tolerance of the compacted No. 2 subbase shall be ± 2 1/2 in. over a 10 ft straightedge. d. Moisten, spread and compact the No. 57 base layer in one 4 in. thick lift. e. On this layer, make at least two passes in the vibratory mode then at least two in the static mode with a minimum 10 ton vibratory roller until there is no visible movement of the No. 2 stone. Do not crush aggregate with the roller. f. Use part of the compacted base area as a control strip for density testing by the Testing Company, Mastek Engineering & Associates, Inc. 1) Mastek Engineering & Associates, Inc. shall supply nuclear moisture/density gauges and ancillary equipment required to conduct density and moisture content measurements for compaction of the No. 57 aggregate drainage layer. Qualified testing laboratory operators/gauges may conduct compaction testing. Each gauge operator shall be trained in the safe operation, transportation and handling of the gauge. The registered City of the gauge shall have and maintain a valid Radioisotope License for each gauge. a) Each gauge shall have been calibrated within the last 12 months, either by the manufacturer or other qualified agent, against certified density and moisture reference blocks. The density standard count and the moisture standard count shall be within 2 percent and 4 percent respectively, of the most recent calibration values. A certificate of calibration for each gauge shall accompany each gauge. g. Target Density 1) Determine a target density on the control strip during under the following conditions: a) After initial placement and compaction of the base aggregate layer. b) When there is a perceptible change in the appearance or gradation of the aggregate, c) When there Is a change In the source of aggregate. 2) Test field density according to ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by Nuclear Methods (shallow Depth). Field density tests shall be performed on compacted base materials to determine within acceptable limits of a target density. h. Control Strip City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-30 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1) The Testing Company shall construct a control strip for the determination of a target density consisting of a single uniform lift as specified in the contract documents, but not more than 4 inch thick and covering approximately 600 yd2 in area. No testing shall be performed within 10 ft from any unrestrained outside edge of the Work area. The control strip may be incorporated into the project upon acceptance of density measurements by the Testing Company. 2) During construction of the control strip, the surface of the aggregate shall be visibly moist and maintained as such throughout construction and compaction. 3) After initial placement of the aggregate base material, the compaction equipment shall make two passes over the entire surface of the control strip. Field densities and field moisture contents, using the backscatter/indirect method, shall be determined at five randomly selected locations at least 15 ft apart. The dry density and moisture content shall be calculated for each of these locations and the averages shall be used as initial values. The maximum compacted thickness of the aggregate base layer measured for density shall be 4 inches. 4) The compaction equipment shall then make two additional passes over the entire surface of the control strip. After compaction, three separate, random field density and moisture content determinations shall be made, using the backscatter/indirect method, and a new average dry density and moisture content shall be calculated. 5) If the new average dry density exceeds the previous value by more than 1.2 pcf then two additional passes of the equipment shall be carried out as described above. If the new average dry density does not exceed the previous value by more than 1.2 pcf, then compaction of the control strip will be considered satisfactory and complete. 6) Upon satisfactory completion of the control strip, an additional seven (7) field density and moisture tests, using the backscatter/indirect method, shall be taken at random locations and the dry density and moisture content values shall be determined. The final dry density and moisture content of the control strip shall be the average of these seven (7) values plus the three (3) most recent values obtained upon completion. Compaction Equipment 1) Use a smooth dual or single smooth drum, minimum 10 ton vibratory roller or a minimum 13,500 Ibf centrifugal force, reversible vibratory plate compactor that provides maximum compaction force without crushing the aggregate base. j. Test Report 1) The test report shall include the following: a) Project description. b) Sketch of test area and test locations. c) Aggregate type and layer thicknesses. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-31 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS d) Aggregate characteristic properties: gradation, void ratio, bulk density. e) Compaction equipment type and weight. f) Static or vibratory compaction. g) Number of passes of the compaction equipment. h) Test number and location. i) Individual and average field wet density, moisture content, and dry density values determined after each compaction operation in accordance with ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by Nuclear Methods (Shallow Depth). j) Calculation of target density. 4. The surface tolerance the compacted No. 57 base should not deviate more than. ±1 in. over a 10 ft straightedge. Note: As an alternative test method, in -place density of the base aggregate may be checked per ASTM D 4254. Compacted density should be 95 percent of the laboratory index density established for the base layer. 5. Bedding layer a. Moisten, spread and screed the No. 8 stone bedding material. b. Fill voids left by removed screed rails with No. 8 stone. c. The surface tolerance of the screeded No. 8 bedding layer shall be ± 3/8 inch over a 10 ft straightedge. d. Do not subject screeded bedding material to any pedestrian or vehicular traffic before paving unit installation begins. 6. Permeable interlocking concrete pavers and joint/opening fill material a. Lay the paving units in the pattern(s) and joint widths shown on the drawings. Maintain straight pattern lines. b. Fill gaps at the edges of the paved area with cut units. Cut pavers subject to tire traffic shall be no smaller than 1/3 of a whole unit. c. Cut pavers and place along the edges with a double -bladed splitter or masonry saw. d. Fill the openings and joints with No. 8 stone. Note: Some paver joint widths may be narrow and not accept most of the No. 8 stone. Use joint material that will fill joints such as washed ASTM No. 9 or No. 10 stone. e. Remove excess aggregate on the surface by sweeping pavers clean. f. Compact and seat the pavers into the bedding material using a low - amplitude, 75-90 Hz plate compactor capable of at least 5,000 lbf centrifugal compaction force. This will require at least two passes with the plate compactor. g. Do not compact within 6 ft of the unrestrained edges of the paving units. h. Apply additional aggregate to the openings and joints if needed, filling them completely. Remove excess aggregate by sweeping then compact the pavers. This will require at least two passes with the plate compactor. i. All pavers within 6 ft of the laying face must be left fully compacted at the completion of each day. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-32 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS j. The final surface tolerance of compacted pavers shall not deviate more than ± 3/8 under a 10 ft long straightedge. k. The surface elevation of pavers shall be 1/8 to 1/4 inches above adjacent drainage inlets, concrete collars or channels. E. Field Quality Control 1. After sweeping the surface clean, check final elevations for conformance to the drawings. 2. Lippage: No greater than 1/8 inch difference in height between adjacent pavers. 3. The surface elevation of pavers shall be 1/8 to 1/4 in. above adjacent drainage inlets, concrete collars or channels. 4. Bond lines for paver courses: ± 1/2 inch over a 50 ft string line. F. Protection 1. After Work in this section is complete, the General Contractor shall be responsible for protecting Work from sediment deposition and damage due to subsequent construction activity on the site. a. Measurement: 1) The measurement for this Item shall include be square foot including all labor, materials and equipment necessary to install permeable pavers on aggregate base. b. Payment: 1) Payment for this Item shall be square feet. 48 - ITEM BID 00123 — RIVER PEBBLES IN MEDIAN 48.1 WORK A. The Work of this Item includes all labor, equipment and materials necessary for to install River Pebbles in the medians. 48.2 SUBMITTALS A. Submit a 5-pound sample demonstrating material gradation and color for review and acceptance. B. Samples: The following samples shall be submitted: 48.3 PRODUCTS A. River Pebbles shall be Large Canadian River Stone. Product is available at Whiz-Q Stone located at 4501 E. Loop 820 S, Fort Worth, Texas 76119. Phone Number: 817-429-0822. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-33 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 48.4 EXECUTION A. GRADING 1 Existing areas to receive River Pebbles shall be excavated to a sufficient depth to establish finish grades as indicated on the Contract Documents. All grading Work specified and paid for under Item BID-00101, Unclassified Excavation & Backfill, shall be completed before the Work of this Item is performed. This Item includes providing final fine grading, furnishing and installing base course, and stabilized decomposed granite surfacing and compaction of these materials as required to form a firm, uniform, accurate, and unyielding aggregate surface. 2. Existing subgrade material that does not readily compact as required shall be removed and replaced with satisfactory materials. Additional materials needed to bring subgrade to required line and grade and to replace unsuitable material removed shall be material conforming to this Item. 3. Subgrade of areas to receive River Pebbles shall be compacted as required to bring top 4 inches of material immediately below aggregate base to a compaction of at least 95 percent of maximum density, as determined by ASTM D 1557. Subgrade compaction shall extend for a distance of at least 6 inches beyond proposed edge of aggregate surface. 4. Excavation for other Items required in subgrade shall be completed before fine grading and final compaction of subgrade are performed. Where excavation must be performed in completed subgrade or base course, subsequent backfill and compaction shall be performed as directed by the City's Representative and as specified and paid for under the Work of this Item. Completed subgrade shall be uniformly and properly graded. 5. Areas being graded or compacted shall be kept shaped and drained during construction. Ruts greater than or equal to one -inch deep in subgrade shall be graded out, reshaped as required, and re -compacted before placing aggregate surfacing. 6. Construction materials or equipment shall not be stored or stockpiled on su bg rade. 7. Disposal of debris and other material excavated and/or stripped as specified shall be disposed of off -site in a legal manner. a. Measurement: The measurement for this Item shall be per ton and shall include all labor, materials and equipment necessary to install River Pebbles in median. b. Payment: Payment for this Item shall be each per ton in place. 49 - ITEM BID 00123 - LAVA SAND IN MEDIAN 49.1 WORK A. The work of this item includes all labor, equipment and materials necessary to install Lava sand in the medians. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-34 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 49.2 SUBMITTALS A. Submit a five (5) pound sample demonstating material gradation and color for review and acceptance. 49.3 PRODUCTS A. Product is available at Whiz-Q Stone located at 4501 E. Loop 820 s, Fort Worth, Texas 76119, Phone Number: 817-429-0822. 49.4 EXECUTION A. GRADING 1. Existing areas to receive Lava Sand shall be excavated to a sufficient depth to establish finish grades as indicated on the Contract Documents. All grading Work specified and paid for under Item BID-00101, Unclassified Excavation & Backfill, shall be completed before the Work of this Item is performed. This Item includes providing final fine grading, furnishing and installing base course, and stabilized decomposed granite surfacing and compaction of these materials as required to form a firm, uniform, accurate, and unyielding aggregate surface. 2. Existing subgrade material that does not readily compact as required shall be removed and replaced with satisfactory materials. Additional materials needed to bring subgrade to required line and grade and to replace unsuitable material removed shall be material conforming to this Item. 3. Subgrade of areas to receive Lava Sand shall be compacted as required to bring top 4 inches of material immediately below aggregate base to a compaction of at least 95 percent of maximum density, as determined by ASTM D 1557. Subgrade compaction shall extend for a distance of at least 6 inches beyond proposed edge of aggregate surface. 4. Excavation for other Items required in subgrade shall be completed before fine grading and final compaction of subgrade are performed. Where excavation must be performed in completed subgrade or base course, subsequent backfill and compaction shall be performed as directed by the City's Representative and as specified and paid for under the Work of this Item. Completed subgrade shall be uniformly and properly graded. 5. Areas being graded or compacted shall be kept shaped and drained during construction. Ruts greater than or equal to one -inch deep in subgrade shall be graded out, reshaped as required, and re -compacted before placing aggregate surfacing. 6. Construction materials or equipment shall not be stored or stockpiled on subgrade. 7. Disposal of debris and other material excavated and/or stripped as specified shall be disposed of off -site in a legal manner. a. Measurement: The measurement for this Item shall be per ton and shall include all labor, materials and equipment necessary to install Lava Sand in medians. b. Payment: Payment for this Item shall be each per cubic yard in place. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-35 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 50 - ITEM BID-00123 LANDSCAPE -MAINTENANCE STRIP (STABILIZED DECOMPOSED GRANITE) — INSTALL 50.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary to install a maintenance strip and other areas of the medians using stabilized decomposed granite with metal edging at areas as indicated on the Construction Documents. 50.2 REFERENCES A. The following standards shall apply to the Work of this Item. 1. American Society for Testing and Materials (ASTM): 520 D 4546-96 Standard Test Method for One Dimensional Swell or Settlement Potential of Cohesive Aggregate. 2. United States Pharmacopaeia: USP 24 Psyllium Official Monograph. 50.3 SUBMITTALS A. Submit a 5-pound sample of aggregate material demonstrating material gradation and color for review and acceptance. B. Samples: The following samples shall be submitted: Material Sample Size or Quantity_ Aggregate Binder 8 oz volume in clear iar Stabilized decomposed granite 12 x 12 square panel C. Upon acceptance of the decomposed granite material sample by the City's Representative, Contractor shall send a 5-pound sample of decomposed granite to manufacturer of aggregate binder (stabilizer) for analysis. Manufacturer of aggregate binder shall determine pounds of binder per ton of aggregate required to bind aggregate to meet the requirements of this Item. Manufacturer of aggregate binder shall submit a letter to the City's Representative with his recommendations for pounds of binder per ton of aggregate. D. Manufacturer's Product Data: Manufacturer's product data shall be submitted for the following materials: 1. Aggregate binder (stabilizer). E. Test Reports: Provide the following tests and reports. 1. The Contractor shall provide a one-half pound sample of the aggregate for testing of swell volume for the first 1,000 square feet of stabilized decomposed granite and the same quantity sample for every 5,000 square feet of installed material thereafter. Testing in accordance with ASTM D 4546 shall be performed by a testing agency approved by the City's Representative. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-36 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Contractor shall deliver samples to testing laboratories and shall have testing reports sent directly to the City's Representative for review and acceptance. Testing will be at the Contractor's expense. 2. Once paving material has been blended with the appropriate decomposed granite and previous to installation, Contractor shall provide a one -gallon sample bag and send sample to a testing agency approved by the City's Representative. Sample shall be tested for compliance to ASTM-F 1647-95, Method B. The Contractor shall provide a sample for testing for the first 1,000 square feet of aggregate surfacing and the same quantity sample for every 5,000 square feet of installed material thereafter. Contractor shall deliver samples to testing laboratories and shall have testing reports sent directly to the City's Representative for review and acceptance. Testing will be at the Contractor's expense. As an alternative to this test, the Contractor shall provide a mixing schedule to the City's Representative, and notify the City's Representative one week in advance of each mixing date, such that the City's Representative shall observe the mixing process to ensure that the Contractor's mix complies with the authorized rate of binder to decomposed granite. Mixing may be done on site, or at the Contractor's yard. 50.4 QUALITY ASSURANCE A. The Contractor shall engage an experienced product representative from the aggregate binder (stabilizer) manufacturer during installation of the aggregate paving. Product representative shall be experienced in Work similar to that required for this project and shall be approved as such by the City's Representative. 50.5 PRODUCTS A. DECOMPOSED GRANITE 1. Decomposed granite shall be a crushed stone consisting of inert materials that are hard, durable, and free from surface coatings and deleterious materials. Color shall be approved by the City's Representative. Gradation requirement shall be as follows: 3/8 inch No. 4 No. 8 No. 16 No. 30 No. 50 No. 100. No. 200 Sieve Size Percent Passing by Weight 100 _ 95 to 100 75 to 80 55 to 65 40 to 50 25 to 35 15 to 20 10 to 15 B. AGGREGATE BINDER 1. Aggregate binder (stabilizer) shall be a natural, non -toxic, non -staining, odorless, environmentally safe powder consisting of 95 percent Psyllium with City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-37 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 70 percent Mucilliod content. The powder shall be of a size that not more than 10 percent is retained on an U.S. Standard #40 Mesh Sieve. The powder binder shall be "Stabilizer" as manufactured by Stabilizer Solutions, Inc., Phoenix, Arizona (1-800-336-2468), website: www.stabilizersolutions.com, or an approved equal. 2. Provide the City with five 50-Ibs bags of the aggregate paving blended with the proper amount of Stabilizer for future repairs. 50.6 EXECUTION A. GRADING 1. Existing areas to receive stabilized decomposed granite surfacing shall be excavated to a sufficient depth to establish finish grades as indicated on the Contract Documents. All grading Work specified and paid for under Item BID- 00472, Unclassified Street Excavation, shall be completed before the Work of this Item is performed. This Item includes providing final fine grading, furnishing and installing base course, and stabilized decomposed granite surfacing and compaction of these materials as required to form a firm, uniform, accurate, and unyielding aggregate surface. 2. Existing subgrade material that does not readily compact as required shall be removed and replaced with satisfactory materials. Additional materials needed to bring subgrade to required line and grade and to replace unsuitable material removed shall be material conforming to this Item. 3. Subgrade of areas to receive aggregate surfacing shall be compacted as required to bring top 4 inches of material immediately below aggregate base to a compaction of at least 95 percent of maximum density, as determined by ASTM D 1557. Subgrade compaction shall extend for a distance of at least 6 inches beyond proposed edge of aggregate surface. 4. Excavation for other Items required in subgrade shall be completed before fine grading and final compaction of subgrade are performed. Where excavation must be performed in completed subgrade or base course, subsequent backfill and compaction shall be performed as directed by the City's Representative and as specified and paid for under the Work of this Item. Completed subgrade shall be uniformly and properly graded. 5. Areas being graded or compacted shall be kept shaped and drained during construction. Ruts greater than or equal to one -inch deep in subgrade shall be graded out, reshaped as required, and re -compacted before placing aggregate surfacing. 6. Construction materials or equipment shall not be stored or stockpiled on subgrade. 7. Disposal of debris and other material excavated and/or stripped as specified shall be disposed of off -site in a legal manner. B. BASE COURSE 1. Base material shall be furnished and installed and paid for under this Item. Base course shall be compacted until the surface is even and true to the required lines and grades within a tolerance of 3/8 inch above or below the required cross sectional elevations and to a maximum irregularity not exceeding 3/8 inch under a 10-foot line longitudinally. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-38 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2. Any specific area of base course which, after being rolled, does not form a satisfactory, solid, stable foundation shall be removed, replaced and re - compacted by the Contractor at no additional cost to the City. 3. Compaction of base course shall be to 95 percent of maximum density as determined by ASTM D 1557. 4. Width of base course shall be greater than or equal to the width of aggregate surface, if continuous lateral support is provided during rolling, and shall extend at least 2 x base thickness beyond edge of the course above, if not so supported. 5. Subgrade and base course shall be kept clean and uncontaminated. Less select materials shall not be permitted to become mixed with base course. Materials spilled outside aggregate surfacing lines shall be removed and area repaired. 6. Portions of subgrade or of construction above which become contaminated, softened, or dislodged by passing of traffic, or otherwise injured, shall be cleaned, replaced, re -compacted, or otherwise repaired to conform to the requirements of this Specification before proceeding with next operation. C. STABILIZED DECOMPOSED GRANTE SURFACE 1. Stabilized decomposed granite surfacing shall be placed only after excavation and construction Work that might injure the surfacing have been completed. Damage to edging, stone dust surfacing, adjacent grades or materials occurring during construction shall be repaired by the Contractor before final acceptance at no additional cost to the City. 2. Stabilized decomposed granite surfacing shall be constructed on the compacted base course. 3. Pre-soak the compacted base course with water prior to installing stabilized stone dust. 4. Aggregate binder shall be thoroughly pre -mixed with water and with the decomposed granite at the rate of between 12-16 lbs. per ton of aggregate as determined by test analysis by Manufacturer of aggregate binder. The aggregate shall be damp before mixing, but not wet. Drop spreading of binder over pre -placed aggregate or mixing by roto-tilling will not be acceptable. Binder shall be mechanically pre -mixed on site or in the Contractor's yard per Manufacturer's recommendations, using a metered pug mill, cement mixer or flowable mixer that will adequately mix and blend binder with stone dust while controlling the specified water content. The binder shall not be applied during, prior to, or immediately following rainfall or when the temperature is 40 degrees Fahrenheit and falling. 5. After mixing, spread wet mix of decomposed granite and binder mixture evenly over the base course and rake smooth to the requiredgrade and cross section as shown on the Contract Documents. Contractor shall wait a minimum of 6 hours or until such time that the paving material is able to accept compaction from a one -ton roller without separation, plowing or any other physical compromise of the paving material. Compact the material with a compactor as specified above making 3 to 4 passes to 85 percent relative compaction. 6. For areas under trees, use a hand roller or a vibrator, but only under tree areas. All other areas shall be rolled as above. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-39 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 7. Following compaction, stone dust surface shall be watered with light spray. Contractor shall take care as to not disturb the aggregate surface with the spray action. Water shall be applied at a rate of 25-45 gallons of water per ton to keep the material wet but not soaked in water. 8. Variations in smoothness of finished stabilized decomposed granite surface shall be Tess than or equal to 6.4 mm when tested with a 3.00 m straightedge, applied both parallel to and at right angles to centerline of stone dust surface areas. Irregularities exceeding these amounts or which retain water- on surface shall be corrected by removing defective Work and replacing with new material conforming to this Specification. 9. The finished stabilized decomposed granite surface material shall have a 30 percent to 35 percent swell volume in accordance with the requirements of ASTM D 4546. D. WARRANTY 1. Contractor shall provide a warranty installation of the stabilized aggregate surface product against cracking, spauling or Toss of more than '/4 inch of aggregate surface material for the time of one year. 2. Contractor shall provide, for a period of 60 days, unconditional maintenance to include complete repairs to any area of the stabilized aggregate surface that fails. Repairs shall be as specified herein. E. MAINTENANCE 1. Contractor shall prevent public access to the area of new paving for a minimum of 72 hours after completion of the paving installation. 2. Repair all cracks during the maintenance period by sweeping fines into the cracks, watering thoroughly and hand tamping with hand tamper with a 10- inch plate. F. REPAIRS UNDER WARRANTY 1. All damaged areas shall be repaired by excavating extent of damage to the depth of the stabilized aggregate and removing the damaged material from the site and disposing of the material in a legal manner. 2. After removing the damaged stabilized aggregate, cut the edge of the damaged area to produce a vertical edge. 3. Moisten with a light spray the exposed base course. 4. Mix in a concrete mixer the dry aggregate binder with the specified aggregate to the proportions noted in this Item. 5. - Add water to the pre -blended aggregate and aggregate binder. Thoroughly moisten mixture with 25 to 35 gallons per 2,000 pounds of pre -blended mixture or to approximately 10 percent moisture content. 6. Compact the placed mixture with a 10-inch hand tamp or a 250 to 300 pound roller. Keep traffic off finished areas for 12 to 48 hours after repair has been completed. a. Measurement: The Work of this Item shall include be per cubic yard and include all materials, sub -base, excavation, compacting, labor and equipment necessary to provide the completed installed Item as specified herein. Metal edging is not paid for under this Item and is it's own Item. b. Payment: Payment for this Item shall be by the cubic yard in place. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-40 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 51 - ITEM BID-00123 METAL EDGING IN MEDIAN — INSTALL 51.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary for contractor to install metal edging adjacent to areas surfaced with Decomposed Granite as shown on the Construction Documents. B. Warranty: 1. 15-year limited material warranty for landscape edging from manufacturing defects in workmanship or material. C. Product: 1. Medium Duty Straight Profile Edging: Permaloc ProLine, 1/8" x 4" high, extruded aluminum, 6063 alloy, T-6 hardness, landscape edging for straight- line and curvilinear applications in corrugated straight profile, as manufactured by Permaloc Corporation, Holland MI 49424, telephone (800) 356-9660. Section shall have loops on side of section to receive stakes spaced approximately 2 to 3 feet apart along its length. a. Thickness: 1/8 inch gage section at 0.050 inch minimum thick with 0.125 inch exposed top lip. b. Length: 16 foot sections. 2. Connection Method: Section ends shall splice together with an interlocking stakeless snap -down design. 3. Stake: 12 foot Permaloc extruded aluminum stake. Stakes to interlock into section loops. 4. Finish: Bronze DuraFlex. Paint finish shall comply with AAMA 2603 for electrostatically baked on paint. D. EXECUTION 1. LANDSCAPE EDGING INSTALLATION a. Preparation: Ensure that all underground utility lines are located and will not interfere with the proposed edging installation before beginning work. Locate border line of edging with string or other means to assure border straightness and curves as designed. Dig trench 1 inch deeper than set of edging bottom. b. Set edging into trench with top at 1/2 inch above compacted finish grade on turf side with side having loops for stakes placed on opposite side of turf. Drive stakes through edging loops until locked in place. Requires 5 stakes evenly spaced for each 16 feet section, or 3 stakes evenly spaced for each 8 feet section with a total of 8 stake loops available in each 16 feet section if necessary. Provide additional stakes at approximately 24 inches apart, longer stakes, heavier gage stakes, or any combination of previously mentioned as necessary to firmly secure edging for permanent intended use. 2. Where edging sections turn at corners and at angled runs, cut edging partially up through its height from bottom and turn back to desired angle to form rounded exposed radius. 3. Backfilling and Cleanup: Backfill both sides of edging, confirm and adjust if necessary that sections are securely held together, and compact backfill City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-41 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS material along edging to provide top of edging at 1/2 inch above turf finish grade. Cleanup and remove excess material from site. a. Measurement: The Work of this Item shall include be linear foot and include all materials, labor and equipment necessary to provide the completed installed Item as specified herein. b. Payment: Payment for this Item shall be by the linear foot in place. 52 - ITEM BID-00793 — FINE GRADING — SERVICES 52.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary for contractor to complete fine grading services associated with the median. B. See Standard Specifications Item no. 108, "Finishing of Parkways" for specifications governing this Item. 1. Measurement: The measurement for this Item shall be subsidiary to Item BID-00472 and include all labor, materials and equipment necessary perform grading services. 2. Payment: Payment for this Item shall be subsidiary to Item Bid-00472 53 - ITEM BID-00147— PLANTING SOIL MIX — INSTALL 53.1 WORK A. The Work of this Item consists of providing all labor, equipment, materials, incidental Work, and construction methods necessary to supply and place planting soils as indicated on the Contract Documents and as specified. Supplying and placement of planting soils shall include, but not be limited to: 1. Sampling and testing of loam borrow. 2. Modifying, screening, placing, spreading and grading of loam borrow. 3. Providing all other supplying, sampling, testing, placing, spreading and grading of planting soils as required by this Item. B. See Standard Specifications Item BID-00793, Site Preparation -Grading — Services and Item no. 108, "Finishing of Parkways," for specifications governing the preparation of the subgrade prior to planting soil placement for this Item. 53.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 75 - Practice for Sampling Aggregates. 2. D 422 - Test Method for Particle -Size Analysis of Soils. 3. D698-00a - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3). City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-42 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 4. D1557 - Moisture -Density Relations of Soils and Soil -Aggregate Mixtures using 10-lb Rammer and 18-in. Drop. B. A.O.A.C.: Association of Official Agricultural Chemists. 53.3 SUBMITTALS A. At least twenty (20) days prior to ordering materials, the Contractor shall submit to the City's Representative samples, certifications, manufacturer's product data and certified test results for materials as specified below for approval. No materials shall be ordered or delivered until the required submittals have been reviewed and approved by the City's Representative. Delivered materials shall closely match the approved samples. The City's Representative reserves the right to reject, on or after delivery, any material that does not meet these Specifications. B. Testing will be at the Contractor's expense. Contractor shall deliver all samples to testing laboratories via overnight courier and shall have the testing report sent directly to the City's Representative. Perform all tests for gradation, organic content, soil chemistry and pH. Testing reports shall include the following tests and recommendations. Contractor shall deliver samples to testing laboratories and shall have the testing report sent directly to the City's Representative from the Soil Laboratory. Testing reports shall include the following tests and recommendations. 1. Mechanical gradation (sieve analysis) shall be performed and compared to the USDA Soil Classification System. Sieve analysis shall be by combined hydrometer and wet sieving using sodium hexametaphosphate as a dispersant in compliance with ASTM D 422 after destruction of organic matter by H202. To facilitate review and approval of sieve analysis, provide a computer generated gradation curve. 2. Percent of organics shall be determined by the loss on ignition of oven -dried samples. Test samples minus No. 10 material shall be oven -dried to a constant weight at a temperature of 450 degrees Fahrenheit. 3. Chemical analysis shall be undertaken for Nitrate Nitrogen, Ammonium Nitrogen, Phosphorus, Potassium, Calcium, Magnesium,. extractable Aluminum, Lead, Zinc, Cadmium, Copper, Soluble Salts, and pH and buffer pH. A Conductivity Meter shall be used to measure Soluble Salts in 1:2 soil/water (v/v). Except where otherwise noted, nutrient tests shall be for available nutrients. 4. Soil analysis tests shall show recommendations for soil additives to correct soils deficiencies as necessary, and for additives necessary to accomplish Work as specified. a. Peat Moss: Submit a one cubic foot sample and supplier's certification of contents. b. Limestone: Submit supplier's certification that the limestone being supplied conforms to these Specifications. c. Acidulant: Submit supplier's certification that the acidulant being supplied conforms to these Specifications. d. Fertilizer: 1) Submit product data of fertilizer and certificates showing composition and analysis. Submit fertilization rates for fertilizer City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-43 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS product based upon soil testing, analysis, and recommendations as specified, performed and paid for in this Division 2 Item. 2) Submit the purchasing receipt showing the total quantity purchased for the project prior to installation. 3) Gypsum: Submit manufacturer's product data and sample. 4) All additives needed to amend a specific soil in order to meet these Specifications. C. EXAMINATION OF CONDITIONS 1. The Contractor, and any sub -Contractor responsible for the execution of the Work of this Item, shall review the subgrades and verify that the subgrades have been excavated and prepared as required by this Item, prior to proceeding with the spreading of the soil mix. Carefully review the requirements of this Item, to understand the requirements of percolation testing, compaction, and absence of debris of the subgrade prior to spreading of the soil mix. D. DEFINITIONS 1. The following size distributions of mineral particles by diameter and sieve size shall apply to the following conventional names of soil types: Conventional Name Vert/ coarse sand Coarse sand Medium sand Fine sand Vert/ Fine sand Retained on U.S. Sieve No. Diameter No.18 1-2 No. 35 0.5 — 1 No. 60 0.25 — 0.5 No. #140 0.10 — 0.25 No. 270 0.05 — 0.10 2. Sandy loams shall conform to USDA Soil Taxonomy definitions and as follows: Soil material that contains either 20 percent clay or less, and the percentage of silt plus twice the percentage of clay exceeds 30 percent, and 52 percent or more sand; or less than 7 percent clay, less than 50 percent silt, and between 43 percent and 52 percent sand. 3. Sandy loam: 30 percent or more very coarse, coarse and medium sand, but less than 25 percent very coarse sand, and Tess than 30 percent very fine or fine sand. 53.4 MATERIALS A. PLANTING SOIL MIX 1. The soil mix for planting trees, shrubs, groundcover and perennials shall be "sandy loam" determined by mechanical analysis (ASTM D 422) and based on the "USDA Classification System" and as defined in this Section. It shall be of uniform composition, without admixture of subsoil. It shall be free of stones greater than one and one -quarter inches, lumps, plants and their roots, debris and other extraneous matter as determined by the City's Representative. Planting soil for shrubs, groundcover and perennials shall have the following grain size distribution for material passing the No. 10 sieve: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-44 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Millimeter Percent Passing by Weight Maximum Minimum 2 100 1 100 80 0.5 87 67 0.25 78 48 0.10 68 30 0.05 55 22 0.002 7 2 2. Maximum size shall for planting soil mix for trees and shrubs shall be one inch largest dimension and for lawn areas it shall be one quarter inch largest dimension. The maximum retained on the No. 10 sieve shall be 25 percent by weight of the total sample. B. SOIL ADDITIVES 1. General: Soil additives shall be used to counteract soil deficiencies as recommended by the soils analysis. 2. Acidulant for adjustment of loam pH shall be commercial grade flours of sulfur, ferrous sulfate, or aluminum sulfate that are unadulterated. Acidulants shall be delivered in unopened containers with the name of the manufacturer, material, analysis and net weight appearing on each container. 3. Ground limestone for adjustment of loam pH shall contain not less than 85 percent of total carbonates and shall be ground to such fineness that 40 percent will pass through 100 mesh sieve and 95 percent will pass through a 20 mesh sieve. Contractor shall be aware of loam pH and the amount of lime needed to adjust pH to meet the requirements of the testing lab recommendations. 4. Organic component of the manufactured loam shall be compost and peat moss used in equal proportions. Compost shall be a stable humus -like material produced from the aerobic decomposition of organic residues. The residues, if bio-solids, shall consist of compost meeting MA-DEP Type 1 requirement or approved equal. The residues shall be dark brown or black in color, with no visible free water or dust and no unpleasant odor, meeting the following criteria certified by the producer. Carbon -Nitrogen Ratio Minimum 10 :1 maximum 25 :1 _ Stability CO2 evolution test <10 mg CO2 — C/g BVS/day Or Dewar self heating test <10 degrees C above room temp Or Woods End laboratory's Compost Test Kit Organic content Particle size Inorganic debris pH Soluble Salts Density City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-45 of 82 40 percent minimum dry wdight (Loss on Ignition ; minus No. 10 Sieve, 430 degrees C) 90 percent passing 0.5 inch screen, 100 percent passing one inch screen 1 percent maximum (dry weight) minimum 5.5 — maximum 8.0 > 2 and <4.0 mmhos/cm.(ds/m) 850-1,050 Ib/cy SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 5. Peat moss shall be composed of the partly decomposed stems and leaves of any of several species of sphagnum moss. It shall be free from wood, decomposed colloidal residue and other foreign matter. It shall have an acidity range of 3.3 pH to 5.5 pH, as determined in accordance with the methods of testing of A.O.A.C., latest edition. Its water absorbing ability shall be a minimum of 1,100 percent by weight on an oven -dry basis. 6. Sand, as required for mixing with topsoil to meet Specification requirements shall be uniformly graded coarse sand consisting of clean, inert, rounded grains of quartz or other durable rock and free from loam or clay, surface coatings, mica, other deleterious materials with the following gradation. Millimeter Percent Passing by Weight Maximum Minimum 5 100 2 100 80 1 86 58 0.5 50 18 0.25 24 7 0.10 0 10 0.05 0 4.5 0.002 0 0.3 a. The ratio of the particle size for 70 percent passing (D70) to the particle size for 20 percent passing (D20) shall be 4.0 or less. (D70/D20 < 4.0) 7. Bone meal shall be fine ground, steam -cooked, packing house bone with a minimum analysis of 23 percent phosphoric acid and one percent nitrogen. 8. Gypsum (CaSO4 •2H20) shall be agricultural grade, granular form. Gradation shall conform to the following: Sieve Designation Percent Passing by Weight No. 8 100 No. 16 97 No. 30 82 No. 50 46 No. 100 21 9. Commercial fertilizer shall be a organic product complying with the State and United States fertilizer laws. Deliver fertilizer to the site in the original unopened containers bearing the manufacturer's certificate of compliance covering analysis and which shall be furnished to the City's Representative. Fertilizer shall contain not Tess than the percentages of weight of ingredients as recommended by the soil analysis. 53.5 EXECUTION A. FILLING AND COMPACTION City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-46 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Perform percolation tests on existing subsoils or placed fill prior to placing and spreading planting soil mix unless the planting beds have underdrains which then do not require the testing: a. Perform percolation testing of subsoil in planting pits or placed fills to determine whether or not the subgrade will drain properly. Perform percolation tests as specified in this Item, for each lift of loam borrow. b. In the event that percolation testing indicates that the subsoil, placed fills has been over compacted and will not drain, the Contractor shall loosen up the top 6 inches of the subgrade to be planted by using a hand shovel and losen to a density that will percolate as specified under the Work of this Item. 2. Confirm that the subgrade is at the proper elevation and that no further earthwork is required to bring the subgrade to proper elevations and that the underdrains are installed and Working properly before placing any soil. 3. The Contractor shall install planting soil mix in successive horizontal lifts no thicker than 12 inches in one lift in plant bed areas to the desired depth and compaction as described herein. The Contractor shall install the soil at a higher level to anticipate any reduction of soil volume due to compaction, settling, erosion, decomposition, and other similar processes during the warranty period. 4. In addition to the range cited above, compact each lift sufficiently to reduce settling, but not enough to prevent the movement of water and feeder roots through the soil. The loam borrow in each lift should feel firm to the foot in all areas and make only slight heel prints. B. ACCEPTANCE 1. Confirm that the final grade of the planting soil mix is at the proper finish grade elevations and to the depths shown on the Contract Documents. Adjust grade or depth as required to meet the contours and spot elevations noted on the Plans. Request the presence of the City's Representative to inspect final grade before planting. Do not proceed with the remaining Work of this Contract until the City's Representative has given his/her written approval of the final grade. a. Measurement: The Work of this Item shall include all materials, soil amendments, testing, placement, compacting, labor and equipment necessary to provide the completed installed Item as specified herein. b. Payment: Payment for this Item shall be by the cubic yard in place. 54 - ITEM BID 00801 — LANDSCAPING -PER PLANS — INSTALL 54.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary to perform all planting work and related items for installation of all trees, shrubs, vines, ground cover, bulbs, and perennials as shown on Construction Documents. B. The following special provisions shall apply: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-47 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 54.2 SUMMARY A. The Work of this Section consists of providing all labor, equipment, materials, incidental Work, and construction methods necessary to perform all planting Work and related Items as indicated on the Contract Documents and as specified in this Section and includes, but isnot limited to, the following: 1. Planting trees, shrubs, vines, ground cover, bulbs, and perennials. 2. Planting maintenance. 3. A one year guarantee period for all plants. 4. Providing and placing planting soil mix. B. RELATED SECTIONS 1. The following Items of related Work are specified and included in other Sections of the Specifications: a. Section: IRRIGATION b. Section: PLANTING SOILS C. REFERENCES 1. The following standards shall apply to the Work of this Section. a. Hortus III, 1976, L. H. Bailey Hortorium. b. Tree and Shrub Transplanting Manual, E.B. Himelick, 1991, International Society of Arboriculture. c. American National Standards Institute (ANSI): Z60.1 Nursery Stock d. American Standard for Nursery Stock, latest edition, published by American Association of Nurserymen, (AAN). D. SUBMITTALS 1. At least 30 days prior to the first day of the planting season described in this Section: PLANTING, submit to the City's Representative proof of certification of Foreman or Crew Leader as Certified Landscape Professional or Certified Horticulturist. 2. At least 30 days prior to ordering materials, the Contractor shall submit to the City's Representative representative samples, certifications, manufacturer's product data and certified test results for materials as specified below. No materials shall be ordered or delivered until the required submittals have been reviewed and approved by the City's Representative. Delivered materials shall closely match the approved samples. Approval shall not constitute final acceptance. The City's Representative reserves the right to reject, on or after delivery, any material which does not meet these Specifications. 3. Material Sampling and Testing: a. Planting Mulch: Submit a one cubic foot sample. b. Antidesiccant: Submit manufacturer's product data. c. Peat: Submit a one cubic foot sample and manufacturer's certification of contents. d. Mycorrhizal Fungal Inoculant: 1) Submit manufacturer's product data certifying that inoculant being supplied conforms to these Specifications. 2) Submit the purchasing receipt showing the total quantity purchased for the Project prior to installation. 3) Submit empty packets of fungal spore inoculant to the City's Representative for verification of use. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-48 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS E. EXAMINATION OF CONDITIONS 1. All areas to be planted shall be inspected by the Contractor before starting Work and any defects such as incorrect grading or inadequate drainage shall be reported to the City's Representative prior to beginning this Work. 2. The Contractor shall be solely responsible for judging the full extent of Work requirements involved, including but not limited to the potential need for storing and maintaining plants temporarily and/or re -handling plants prior to final installation. 3. All plants are the full responsibility of the Contractor between the time of digging at the nursery and final acceptance. F. QUALITY ASSURANCE 1. Qualification of Landscape Contractor: The Work of this Section: PLANTING, shall be performed by a landscape contracting firm which has successfully installed Work of a similar quality, schedule requirement, and construction detailing with a minimum of five years experience. Proof of this experience shall be submitted to the City's Representative. 2. Qualification of Arborist: All Work of pruning shall be performed by an arborist certified by the American Arborist Association or the International Society of Arboriculture and be licensed in Texas. 3. Pest Control Applicator: Texas -Licensed landscape pest control applicator. a. Comply with American Joint Committee of Horticultural Nomenclature "Standardized Plant Names", American Association of Nurserymen, Inc. American Standard for Nursery Stock. b. Provide plant material as shown on Contract Documents. Plants shall be subject to inspection and approval by City's Representative at place of growth or upon delivery to site for conformity to specified requirements. G. DELIVERY, STORAGE, AND HANDLING 1. Preparation for Delivery: a. Balled and Burlapped (BB) Plants: 1) Dig and prepare for shipment in manner that will not damage roots, branches, shape, and future development after planting. 2) Ball with firm, natural ball of soil. 3) Wrap ball firmly with burlap. 4) Ball Size and Ratios: Conform to American Association of Nurserymen (AAN) standard sizes and plant list, if conflict occurs, notify City's Representative. 5) Pack plant material to protect against climatic, seasonal, and breakage injuries during transit. 6) Securely cover plant tops with tarpaulin or canvas to minimize wind -whipping and drying. Use antidesiccant upon approval of City's Representative. 7) Pack and ventilate to prevent sweating of plants during transit by rail. Ensure prompt delivery and careful handling to point of delivery at planting job site. b. Delivery: 1) Fertilizer and Soil Amendments: Original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark and conformance to State law. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-49 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2) Plants: Provide legible identification labels. Minimum one plant of each species delivered to site shall have identification tag. Do not remove tag until after final inspection. 3) Prevent damage to root ball or desiccation of leaves. 4) Notify City's Representative 10 days in advance of delivery. 5) Soil Supplements: Original, unopened and unbroken packages. c. Inspect trees, shrubs, and ground cover plants for injury, insect infestation, and trees and shrubs for improper size and shape. d. Storage: 1) Protect roots of plant material from drying or other possible injury with soil or acceptable material. 2) Store plant material in area which is shaded and protected from weather. 3) Maintain and protect plant material not to be planted immediately upon delivery in healthy, vigorous condition. e. Handling: 1) Do not drop plants. 2) Do not pick up container or balled plants by stem or trunks. 3) Lift and handle balled plants from bottom of ball. H. ENVIRONMENTAL REQUIREMENTS 1. Do not install plant life when ambient temperatures may drop below 35 degrees F or rise above 95 degrees F. 2. Do not install plant life when wind velocity exceeds 30 mph. SCHEDULING 1. Install trees, shrubs, and ground cover plants prior to backfilling of the treeway with structural soil. 2. Coordinate scheduling with underground irrigation system installation, treeway underdrains, concrete slab, concrete walkway, and tree grates. The Contractor shall prepare a schedule of how the treeways shall be constructed and in what sequence and time period for approval by the City's Representative. J. WARRANTY 1. Contractor shall maintain all landscape areas in a healthy, vigorous, and attractive growing condition for a period of 90 days after Final Acceptance. 2. Warrant plant materials to be in healthy, vigorous, and attractive growing condition for period of 1 year after Final Acceptance. 3. Replace plants which die, become diseased or unhealthy, or are otherwise found to be in poor condition, as determined by City's Representative. 4. Warranty will not apply to damage or injury to plant materials caused by vandalism, vehicles, and storms. 5. Replace plants within 15 days of written notification by City's Representative. 6. The replacement shall include the cost and labor for removing whatever pavements or other materials are required to be removed to remove and reinstall the new trees. This Work includes furnishing and replacing any materials (pavement etc.) that had to be removed to replace the tree, at on additional cost to the City. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-50 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 54.3 MATERIALS A. PLANTING SOIL MIX 1. Planting soil mix and soil additives shall be as specified, provided, installed and paid for per Bid Item 00147. B. GRADES AND STANDARDS OF PLANTS 1. The Contractor shall furnish all plants shown on the Contract Documents, as specified, and in quantities listed on the PLANT LIST. No substitutions will be permitted, without written approval by the City's Representative. All plants shall be nursery grown unless specifically authorized to be collected as noted on the PLANT LIST. 2. All plants shall be typical of their species or variety and shall have a normal habit of growth and be legibly tagged with the proper name. Only plant stock grown within Hardiness Zones 1 through 7b, as established by the USDA Plant Hardiness Zone Map, latest edition, will be accepted. 3. Plants shall be in accordance with ASNS Standards of the American Association of Nurserymen except as noted in this Section: PLANTING. Botanical plant names shall be in accordance with plant designations included in Hortus III. 4. If, at any time during the performance of the Contract, any plant shows signs of graft incompatibility, as determined by the City's Representative, then the tree or shrub and all other similarly grafted plants of the same Genus/SpeciesNariety shall be rejected and removed from the site. Visual symptoms of graft incompatibility as cause for rejection include: a. Development of over -growths by rootstock or scion resulting in the development of shoulders or inverted shoulders. b. Suckering of the rootstock combined with poor growth or dieback of scion. c. Any mechanical weakness between scion and rootstock. d. Any marked difference in bark pattern and structure between scion and rootstock. e. Size and shape of plants shall correspond with that normally expected for species and variety of commercially available nursery stock or as shown on Drawings. Overall shape and minimum acceptable size of plants measured before pruning with branches in normal position shall conform with AAN standards. Plants larger in size than specified may be used with approval of City's Representative, at no additional cost to City. If use of larger plants is approved, ball of earth or spread of roots for each plant will be increased proportionately. f. Plant material shall be true to botanical and common name and variety. 5. All deciduous trees shall meet the following standards: a. Trees shall have a single, straight trunk, well formed, and sturdy. No part of the trunk shall be conspicuously crooked as compared with normal trees of the same variety. Root systems shall be vigorous and fiberous, and not root or pot-bound. b. Trees with multiple leaders shall conform to all standards noted in this Section: PLANTING for single leader trees and shall be accepted only as noted on the PLANT LIST. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-51 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS c. All pruning wounds shall show vigorous bark on all edges at the time of harvest. Trees shall be free from all signs of pest and disease damage. The trunk shall be free from sun scald, frost cracks, and wounds resulting from abrasions, fire, animal damage, or other causes. d. Pruning scars within the crown of any tree shall be clean cut and shall leave no protrusion beyond the branch collar. e. All trees shall have healthy, vigorous leaves or needles of normal size, color, shape, and texture for the particular species and variety. f. Deciduous shade trees and deciduous flowering trees shall have fall color typical for their species and variety. g. Unless otherwise indicated on the PLANT LIST, the height and spread of deciduous shade trees shall be the minimum requirements. h. Take caliper measurements for deciduous trees 6 inches above ground level up to, and including, 4 inches caliper size and 12 inches above ground for larger sizes. i. No deciduous tree shall be pruned after the City's Representative has tagged the plant in the nursery except as directed by the City's Representative. j. Unless otherwise noted on the PLANT LIST, shade trees for use in paved areas shall have no branches lower than 6.5 feet from finish grade and no higher than 7.5 feet from finish grade. Flowering trees for use in areas away from pedestrian traffic shall have the first branch of their crowns no higher than 4 feet from finish grade. k. Branching of all deciduous trees shall be best quality representatives of the species, cultivar or variety with lateral branching around the entire trunk to form a symmetrical tree for 80 percent to 100 percent of the tree's outer perimeter. All branches on deciduous trees shall meet the trunk at angles no less than 30 degrees and no greater than 90 degrees from the vertical. 6. Evergreen trees shall meet the following standards: a. The height of the evergreen trees (measured from the trunk flair at the natural ground line of the tree to the midpoint of the terminal leader) shall be not less than the minimum size designated on the PLANT LIST. b. No trees with double -leaders or twin -heads will be permitted. c. Evergreen trees shall be of specified height with spread in proportion to height, as designated in ASNS Standards, and shall be well -branched to the ground. d. All pruning wounds shall show vigorous bark on all edges at the time of harvest. e. Terminal and top whorl buds of all evergreen trees shall be in healthy and whole condition at the time of harvest. f. No evergreen tree shall be pruned after the City's Representative has tagged the tree in the nursery except as directed by the City's Representative. g. All trees shall have healthy, vigorous leaves or needles of normal size, color, shape, and texture for the particular species and variety. 7. All shrubs shall meet the following standards: a. All shrubs shall be healthy and vigorous plants which are very well shaped, heavily branched, densely foliated, and true to form for the variety. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-52 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1) Canes or Trunk(s) and Branches: a) Well formed and sturdy. b) Branching shall be uniformly distributed close to the ground. c) Scars shall be free of rot and not exceed 1/4 the diameter of the wood beneath in greatest dimension unless completely healed (except pruning scars). d) Pruning scars shall be clean cut and shall leave little or no protrusion from the trunk or branch. e) Graft unions shall be completely healed. f) No suckers or water sprouts. g) Contain no dead wood. h) Free of cracks, splits, or cambium peeling. 2) No shrub with pest or mechanical damage will be accepted. 3) Shrubs shall show no signs of frost or winter damage to the foliage. Foliage shall not be in a state of drought stress. Leaves or needles shall show no signs of wilt or desiccation due to weather stress at any season of the year. 8. All ground cover plants and vines shall meet the following standards: a. Ground cover plants and vines shall be of size, pot size, age, and condition listed in the PLANT LIST. When indicated on the PLANT LIST, the number of runners and the lengths of the runners of vines shall be minimums. b. Plants shall be healthy, free of insects, and diseases. 9. All perennials shall meet the following standards: a. Perennials shall be listed in the PLANT LIST. b. Perennials shall be healthy and well cared for, with no evidence of insects or diseases present. Insect -ridden or diseased plants shall be rejected. Plants shall have a deep green foliage and dense, compact growth. Perennials shall have multi -stemmed bases and shall be two year potted stock minimum, one year in cutting bench and one year in pots. C. ROOT SYSTEMS FOR ALL PLANTS 1. Each plant shall have an extensive, symmetrically balanced fibrous root system. Any root ball which shows signs of asymmetry, girdling, injury, or damage to the root system shall be rejected. 2. Curling or spiraling of the roots along the walls of rigid containers will not be accepted. Curling, spiraling or girdling roots within balled and burlapped material will not be accepted. 3. All parts of the fibrous root system of all plants shall be moist and fresh with a white color when washed of soil. When the plant is removed from the container, the visible root mass shall be healthy with white root tips. The root systems of all plants shall be free of disease, insect pests, eggs, or larvae. 4. All trees and all shrubs which are not grown in containers must be moved with the root systems as solid units with balls of earth firmly wrapped with untreated 8 ounce natural, biodegradable fabric burlap, firmly laced with stout, natural biodegradable cord or twine. The base of the tree trunks shall be wrapped with a protective burlap layer, surrounded by a cardboard trunk protector, and loosely tied with twine. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-53 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 5. The diameter and depth of the balls of earth must encompass the fibrous and root feeding system necessary for the healthy recovery of the plant. Minimum root ball diameters and depths shall be in accordance with ASNS standards. 6. No plants shall be loose in the container. 7. Container grown plants which have roots growing out of the container will be rejected. D. MYCORRHIZAL FUNGAL INOCULANT 1. Mycorrhizal fungal inoculant shall be live spores packaged in plastic packets. At a minimum each packet of inoculant shall contain the following: a. Live spores of VA Endomycorrhizal fungi: Vesicular-Arbuscular mycorrihizae fungi, minimum of 8 species. b. Live spores of Ectomycorrhizal fungi: including Pisolithus tinctorius. 2. Mycorrhizal fungal inoculant shall be manufactured by Plant Health Care Incorporated, 440 William Pitt Way, Pittsburgh, PA 15238, telephone: (800) 421-9051; Horticultural Alliance, 2946 Louise Street, Sarasota, FL 34237, (800) 628-6373; BioPlex Organics, 2213 Huber Drive, Manheim, PA 17545 (800) 441-3573, or approved equal. E. MULCH 1. Bark Mulch: Mulch shall be high quality, double -ground, premium cedar bark mulch. It shall not be dyed red or black, but shall be a natural brown color. Mulch shall have been aged for a minimum of six months and not longer than two years. Bark mulch shall be shredded to a uniform size; free of dirt, debris and foreign matter; with pieces no thicker than 1/4 in. Mulch must be free of stringy material or chunks over 3 inches in size and shall not contain, in the judgment of the City's Representative, an excess of fine particles. Submit sample for the City's Representative's approval. F. WEED BARRIER 1. Geotextile fabric for weed control, if called for on the Contract Documents, shall be of woven, non -woven, spun -bonded, or needle -punched construction; composed of polyethylene, polypropylene, or polyester materials. 2. Geotextile fabric shall have porosity of not greater than 5 percent open. 3. Geotextile shall be Weed-X by Dalen Products, Knoxville, TN; DeWitt Pro 5 by the DeWitt Company, Sikeston, MO; or approved equal. G. WATER 1. Contractor shall schedule planting operation to ensure that all phases of the plant establishment period are watered by the automatic irrigation system installed under Section: IRRIGATION of this Specification. If planting operation cannot be performed after installation of the irrigation system, the Contractor shall responsible to furnish his own supply of water to the site at not additional cost to the City. Contractor shall be responsible to furnish adequate supplies at his own cost. 54.4 EXECUTION A. PLANTING City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-54 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Furnishing and planting of plant material shall include, but shall not be limited to, the digging of planting pits and plant beds, amendment of loam as required to produce planting soil mix, provision of soil additives required to adjust for pH requirements of specific plants, furnishing the plants as specified as well as the labor of planting, fertilizing, and maintenance. 2. Prior to spreading of loam, subgrades shall have been tested to determine if they are too compact to drain water as specified, performed and paid for under the Work of Section: PLANTING SOILS. 3. The Contractor shall locate plant material sources and ensure that plants are shipped in timely fashion for installation. 4. Contractor shall locate all existing underground utilities that are within 10 feet of the proposed planting pits and notify the City's Representative of any conflicts prior to digging plant pits. 5. Seasons for Planting: a. Spring: March 15 through June 1 b. Fall: September 1 through November 1 6. Plant Material Inspection: a. At least one month prior to the expected planting date, the Contractor shall request that the City's Representative provide a representative to select and tag stock to be planted under this Section: PLANTING. The Contractor shall pay for the transportation, subsistence and overnight accommodations, if necessary, for the City's Representative during the period of time required to select and tag the plant material. b. The Contractor shall be responsible to certify the availability of quality plants in specified sizes from his/her sources of supply prior to requesting that the City's Representative make plant source inspections. In the event that plants at the inspection location are found to be unavailable, insufficient size, or of unacceptable quality, the Contractor shall be liable to reimburse the City for all costs of the City's Representative's hourly services which are incurred during unproductive inspection trips. c. Unless specifically designated otherwise, a representative of the Contractor shall accompany the City's Representative on all plant material selection field trips. d. All trees for the Project shall be individually tagged for approval with the City's Representative's seals, and no trees shall be accepted for delivery to the site without such seals. Representative samples only of shrubs and ground cover plants may be tagged or marked for approval as an "Approved Typical Sample" and shipped to the site. Any shrub or groundcover plant that arrives at the construction site that does not meet the Approved Typical Sample will be rejected by the City's Representative. e. Plants to be inspected shall be in locations and conditions that allow direct and un-obscured inspection by the City's Representative. Container grown or balled and burlapped shrubs shall be pulled from holding blocks by the nurseryman for scrutiny by the City's Representative at no additional cost to the City. Harvested trees held in storage shall not have branches tied up. Harvested trees shall not have trunks obscured by burlap, cardboard trunk protection, or other devices that would otherwise obscure inspection. In the event that branches are City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: D7/28/2010 Page SP-55 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS tied up, trunks are obscured by burlap or cardboard trunk protection, or root flares hidden by burlap and twine and the City's Representative cannot inspect root flares, trunks or branching habit, the Contractor shall bear all responsibility and costs associated with tree rejection at a later date during the course of the Contract. f. Inspection and approval of plants at the source shall not impair the right of subsequent inspection and rejection upon delivery to the site, or during the progress of the Work, if the City's Representative finds that plants do not meet the requirements of the PLANT LIST or this Contract, have declined noticeably due to handling abuse, lack of maintenance, or other causes. Cost of replacements, as required, shall be borne by the Contractor. 7. Placement of Loam for planting soil shall be specified, performed, and paid for under the Work of Item. Obtain City's Representatives written approval of Work of rough grading and finish grading prior to starting the Work of planting. 8. Planting: a. Notify the City's Representative three Working days prior to the proposed arrival of plant material on the site. If not planted within 24 hours of delivery to the site, all plants shall be maintained in an on -site nursery. Container grown shrubs stored on site shall be shaded from direct sunlight at all times and shall not be stored directly on paved surfaces. All plants delivered to the site and not planted within 24 hours of delivery shall have their root balls covered with mulch and shall be watered on a daily basis such that root balls are kept moist throughout. b. Locations for all plants and outlines for planting areas shall be staked on the ground by the Contractor for approval by the City's Representative before any plant pits or plant beds are dug. Notify the City's Representative no less than 3 days prior to the desired date of inspection of staking to schedule site visit. c. All plant pits dug with a machine shall have the sides of the holes scraped with hand shovels to prevent glazing or compaction of the sides of the hole. Remove and stockpile excavated loam for reuse as backfill for plant pit. All subsoil excavated from the bottoms of planting pits shall be removed from the site. d. All plant pits shall be hand dug. All subsoil excavated from the bottoms of planting pits shall be removed from the site. e. Plant pits shall be dug to the dimensions shown on the Contract Documents. 1) Plant pits for trees shall be a minimum three times greater in diameter than the diameter of the root ball. Place root ball directly on subgrade. Slope sides of tree pits at a 45 degree angle. Trees to be planted in treeways, as shown on the Contract Documents, shall be planted in structural soil as specified in Section: Structural Soil. 2) Plant beds for shrub massing shall be one large and continuous excavated bed. Extend bed no less than 3 feet beyond limits of shrub root balls on perimeter of bed. 3) Plant pits for trees and shrubs shall be dug to the depth of the rootball to be planted. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-56 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 4) Remove all soil from around the root flare of the stem of the plant and from the top of the rootball to determine the true depth of the rootball. All plants that have been planted and have root flares that are buried will be rejected. f. Groundcover, Bulb, and Perennial Beds: 1) Groundcover, bulb and perennial beds shall be dug to a continuous depth of 1 foot below final grade, or as shown on the Contract Documents and replace with sufficient planting soil mix. Remove groundcover and perennials from their pots immediately before planting. Handle plants carefully to prevent damaging roots. Place each plant in individual hole and firm the planting mix around the roots. Water thoroughly and mulch. Groundcover plants may be planted after the planting mulch is placed. 2) Bulbs shall be planted at depths as recommended by bulb supplier, as shown on the Contract Documents, or both. Bone meal shall be applied at the rate of 1/2 pound to every 25 square feet of area of bulbs. Bulbs shall have bone meal added as they are planted. g. All plant roots and earth balls must be damp and thoroughly protected from sun and wind from the beginning of the digging operation, during transportation, and at the site until the final planting. h. Remove container plants from containers prior to planting. Trees and shrubs shall be placed in the center of plant pits, plumb, with the crown of their roots exposed and located above the surrounding finish grade. j. Prior to completion of planting installations, remove rope and cut wire baskets from the top 1/3 of the root balls. Pull burlap away from the trunk or stem of the plant and cut burlap from the top 1/3 of the root balls. k. Contractor shall 'butterfly' the root system for all container grown perennials immediately prior to planting them. Butterflying shall consist of vertically cutting the containerized root ball with a spade through the bottom half of the rootball followed by gently pulling the rootball open at the cut while placing it into the planting hole. The butterflied root system shall be placed over a small ridge of soil in the planting pit in order to assure as much soil to root ball contact as possible and to keep the halves apart. Planting soil shall be backfilled with approved planting soil to the full depth of the planting pit or bed. Eliminate air pockets and compact the soil by flooding the tree pit or plant bed within 2 hours of planting installation. After water has drained from the planting pit or bed and planting backfill has dried enough additional planting soil shall be spread in pit or bed to bring the finished surface of the planting pit or bed to grades shown on the Contract Documents. A saucer shall be formed around each plant at a depth of 3 inches for trees and for shrubs. m. Fertilizer shall be spread over the plant saucer or plant bed between the saucer and the edge of the rootball and till the fertilizer into the soil to a depth of four inches prior to the placement of the planting mulch. Fertilizer shall be provided, spread and paid for under Item. Do not mulch until placement of the fertilizer has been verified by the City's City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-57 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Representative. Fertilizer application rates shall be as determined by soil testing, analysis, and testing laboratory recommendations specified, performed and paid for under Section: PLANTING SOILS. n. All plants shall be inoculated with mycorrhizal fungi. lnoculant shall be added after the plants have been placed in their holes. Open the required number of packets for each plant and thoroughly mix the inoculant powder into the upper 10 inches of backfill soil. 1) Mycorrhizal fungal inoculant shall be added to the plant pits according to plant size. 2) The application rates for mycorrhizal fungal packets shall be in accordance with the manufacturer's recommendations. 3) Submit the purchasing receipt showing the total quantity purchased for the Project prior to installation. Submit empty packets of fungal spore inoculant to the City's Representative for verification of use. City's Representative will excavate tree pits to determine presence of mycorrhizal fungal inoculant. 9. All plants shall be watered immediately following planting as necessary to thoroughly moisten rootball and plant pit loam and thereafter shall be inspected frequently for watering needs and watered, as required, to provide adequate moisture in the planting pit. The Contractor shall inspect tree pits 24 hours after initial watering to confirm that they are draining properly. If surface water or excessively saturated plant pit soils exist, the Contractor shall immediately notify the City's Representative. The City's Representative will recommend remedial measures based upon site conditions. 10. Keeping Trees Plumb: a. Contractor shall keep trees plumb and upright at all times. To this end the Contractor shall monitor plants on a regular basis and, if a tree is moved out of plumb, then straighten the tree to a vertical, upright condition. b. Reset trees that have moved out of plumb by carefully excavating the soil from the base of the rootball facing away from the direction of tilt and easing the tree upright into a vertical, plump position. Upon righting the tree, firmly press the soil around the base of the rootball to reset the tree. 11. Tree Stabilization a. Root -Ball Stabilization: Install at- or below -grade stabilization system to secure each new planting by the root ball unless otherwise indicated. b. Wood Hold -Down Method: Place vertical stakes against side of root ball and drive them into subsoil; place horizontal wood hold-down stake across top of root ball and screw at each end to one of the vertical stakes. 1) Install stakes of length required to penetrate at least to the dimension shown on Construction Documents. 12. Mulch material shall be placed over entire saucer areas of individual trees and shrubs and over the entire area of planting beds to a depth of 3 inches after settlement, not later than one week after planting. Do not apply mulch prior to the first watering of plant materials. Do not apply mulch prior to placement of surface applied fertilizer and verification of placement by the City's Representative. 13. Pruning: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-58 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS a. As directed by the City's Representative, each plant shall be pruned in accordance with the Workmanship requirements of "Pruning Standards" for Class I, fine pruning, to preserve the natural character of the plant. b. Tree pruning, as required, shall be undertaken to the full height of affected trees. c. All dead wood or suckers and all broken or badly bruised branches shall be removed. Never cut a leader. 14. Antidesiccant shall be applied to all evergreen and broadleaf evergreen plants in that are planted during the fall season if planted after Nov. 1 according to manufacturer's application recommendations and as directed by the City's Representative. 15. Spraying of insecticides or herbicides shall be done by State -licensed professionals. Spraying for insects, pests and diseases shall conform to the National Arborist Association Standards under the section entitled "Standards for Pesticide Application Operations", as currently adopted and as approved by the City's Representative. All insecticides, pesticides, and herbicides shall be EPA -approved. 16. If planting is done after lawn preparation or installation, proper protection of lawn areas shall be provided. Any damage resulting from planting operations shall be repaired immediately at no cost to the City. 17. In the event that rock or underground construction Work or obstructions are encountered in any plant pit or bed excavation Work, alternate locations will be selected by the City's Representative. Relocation of plant pits or beds shall be provided at no additional cost to the City. Provide the City's Representative with no Tess than 48 hours notice of obstruction so that a site visit can be scheduled to establish new locations for plants. 18. Absolutely no debris may be left on the site. Repair any damage to site as directed by the City's Representative, at no additional cost. B. MAINTENANCE 1. Maintenance shall begin immediately after each plant is planted and shall continue for a minimum 30-day Monitoring Period and until Final Acceptance. 2. Maintenance shall consist of keeping the plants in a healthy growing condition and shall include, but is not limited to watering, weeding, cultivating, pruning, re -mulching, straightening of trees to, a plumb position, removal of dead material, resetting plants to proper grades or upright position, and maintaining the planting saucer. 3. Plants shall be inspected for watering needs at least twice each week and watered to promote plant growth and vitality. The following watering rates assume that the soil is free draining. If the on site conditions do not ensure a free draining soil, then notify the City's Representative in writing of this condition. Watering rates for trees, shrubs, ground cover, vines and perennials in free draining soils are presented here as guidelines to ensure that the top six inches of plant bed soil remains moist at all times. Actual watering rates may vary depending upon soil conditions. a. For trees in lawn or mulched beds, apply water to the ground surface directly under the canopy. Water shall be applied at a sufficiently slow rate to prevent run off from the soil surface, but great enough to equal 0.2 inches of water per square foot of canopy area per hour for 5 hours per week. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-59 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS b. Planting beds and individual plant pits shall be kept free of weeds, and mulch shall be replaced as required to maintain the specified layer of mulch. Beds and individual pits shall be neat in appearance and maintained to the designed layout. c. Plants that die during the maintenance period shall be removed and replaced by the Contractor within one week of notification and replaced during that growing season, unless directed otherwise by the City's Representative. d. Work of pruning, fertilizing, spraying, and similar activities shall be undertaken only by Certified Arborists and licensed chemical applicators, as pertinent to the Work being performed. 4. During the maintenance period, any decline in the condition of plantings shall require the Contractor to take immediate action to identify potential problems and undertake corrective measures. If required, the Contractor shall engage professional arborists and/or horticulturalists to inspect plant materials and to identify problems and recommend corrective procedures. The City's Representative shall be immediately advised of such actions. Inspection and recommendation reports shall be submitted to the City's Representative. C. ACCEPTANCE 1. Upon completion of all planting Work, the Contractor shall request in writing that the City's Representative formally inspect the planting Work. 2. If plant materials and Workmanship are acceptable, the City's Representative will issue a written Certificate of Conditional Acceptance to the Contractor. 3. Following the issuance of the Certificate of Conditional Acceptance to the Contractor, the Contractor shall maintain the plants for a minimum 30 day Monitoring Period. At the end of the Monitoring Period, the plant material will be inspected by the City's Representative to determine whether or not all planting Work has been performed to the requirements of this Section: PLANTING. 4. Acceptance Standards at end of the Monitoring Period: If plant material is reviewed when it is in full leaf, leaves shall be plump with water with a shape indicative of the species and shall be free of insect, pest and disease damage. Twigs shall have living cambium for their full length. Twigs and branches shall have a full bud set for their full length, including terminal buds. Trunks and branches shall be free of frost cracks; sun scald; damage due to insects, pests, and disease; structural defects; and damage resulting from machinery or tools. Plant material inspected and reviewed when the plants are not in full leaf shall have twigs, branches and trunks meeting the above requirements. All plants regardless of the season of review shall have a minimum of 75 percent healthy, balanced branching structure with a healthy terminal leader(s) with viable terminal bud(s). 5 If any number of plants do not meet these Acceptance Standards at the time of inspection, or if in the City's Representative's opinion Workmanship is unacceptable, written notice will be given by the City's Representative to the Contractor in the form of a punch list, which Itemizes necessary planting replacements and/or other deficiencies to be remedied. The Contractor's responsibility for maintenance of all plants shall be extended until replacements are made or other deficiencies are corrected. All plants that do not meet these Acceptance Standards shall be removed from the Project City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-60 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS within seven days of receipt of the punch list. Replacements shall conform in all respects to the Specifications for new plants and shall be planted in the same manner. 6. Following the correction of all Punch List deficiencies, the Contractor shall request in writing that the City's Representative formally inspect the planting Work. If plant materials and Workmanship are acceptable, the City's Representative will issue a written Certificate of Final Acceptance to the Contractor. 54.5 GUARANTEE A. The date of the Certificate of Final Acceptance shall establish the beginning of the maintenance period and the commencement of the required one-year guarantee and establishment period for planting Work. B. At the end of the guarantee and establishment period, a final inspection will be held to determine whether any plant material replacements are required. Each plant shall be plumb, shall have a character that is natural for its species as determined by the City's Representative, and shall conform to the Acceptance Standards described in this Section: PLANTING. Plants found to be unacceptable shall be removed promptly from the site and replaced according to this Section: PLANTING. A final inspection will be made after the replacement plants have lived through one year. C. All replacements shall be plants of the same kind and size specified in the PLANT LIST. The cost shall be borne by the Contractor, except for possible replacements due to vandalism or neglect on the part of others. 1. Measurement: The measurement for this Item shall include all labor, materials and equipment necessary to install landscape improvements. 2. Payment: Payment for this Item shall be lump sum. 55 - ITEM BID-00800 IRRIGATION SYSTEM W/CONTROL & ELECTRICAL SERVICE — INSTALL 55.1 WORK A. The Work of this Item includes all labor, materials, and equipment necessary to provide an irrigation system complete with all components and installation. B. See Standard Specifications Item No. 00772, "Bore Under Pavement" for specifications governing that Item as it relates to the installation of this Item. In addition the following special provisions shall apply: 55.2 REFERENCES A. ASTM D1785 (ANSI B72.7): Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-61 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS B. ASTM D2241 (ANSI B72.2): Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR). C. ASTM D2466: Standard Specification for Poly (Vinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 40. D. ASTM D2564 (ANSI B72.16): Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Pipe and Fittings. E. ASTM D2855 (ANSI K65.55): Standard Recommended Practice for Making Solvent -Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. F. EQUAL MATERIALS 1. It is not the intent of these specifications to limit materials to the product of any particular manufacturer. Where definite materials, equipment and/or fixtures have been specified, it has been done to set a definite standard and a reference for comparison as to quality, application, physical conformity, and other characteristics. It is not the intention of the Contractor to discriminate against or prevent any dealer, jobber or manufacturer from furnishing materials, equipment, and/or fixtures, which meet or exceed the characteristics of the specified Items. Substitution of materials shall not be made without prior written approval from the City's Representative and the Contractor. 2. Design criteria and water pressure must be carefully considered when selecting equipment. Only equipment that performs as specified will be considered. G. LOCATION OF AND DAMAGE TO EXISTING UTILITIES 1. The Contractor is responsible for locating underground obstacles. Exercise caution to prevent damage to existing facilities during the progress of the Work, taking care to locate same, where possible, in advance of the actual Work. The City's Representative will render all assistance possible to the Contractor in determining the location of existing utilities by making available such maps, records and other information as may be accessible to him, when requested to do so, but the accuracy of such information will not be guaranteed. The Contractor shall be responsible for repairs resulting from damage to existing utilities resulting from his operations. Should the Contractor, in the layout of Work, encounter any pipe, underground utility, or structure, the location of which has not been furnished to him by the City, he shall bring such conditions to the attention of the City's Representative for his determination of the method to be used to remove or bypass such obstructions. H. WORKMANSHIP 1. Install equipment in accordance with the recommendations of the manufacturer and the best standard practice for this type of Work. Care must be taken to keep the inside of the pipes clean and free of dirt, rock, cutting, etc. Flush all systems clean prior to installing sprinkler heads. I. CODES AND PERMITS City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-62 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Install all Work according to applicable codes and ordinances of the City and the National Electrical Code. Obtain and pay for all required permits. J. WEATHER PROTECTION 1. Protect and maintain all Work, materials and fixtures from weather damage. All new Work likely to be damaged shall be covered or otherwise protected. K. PROTECTION AND SAFETY 1. Send proper notices, make all necessary arrangements and perform other services required for the care, protection and maintenance of public utilities, and services, including fire plugs, telephone and telegraph poles and wires, and all other Items of this nature on or about the site, assuming all responsibility and paying all costs for which the City may be liable. 2. Construct and maintain necessary temporary drainage and provide pumping, as required, to keep excavations free of water. 3. Provide all shoring, bracing and sheeting as required by OSHA Regulations and for the proper execution of the Work. All shoring, bracing and sheeting shall be removed from the site when the Work is completed. 4. Fires are not permitted. 5. All Work shall be performed in accordance with the national "Occupational Safety and Health Standards" (OSHA). L. SUBMITTALS 1. Using hard cover 3 ring notebooks, provide not less than three (3) copies of complete brochures describing equipment and materials, including names of manufacturer's catalog numbers, trade names, instructions for setting, connecting and operation, technical data and any special information requested. Unless resubmission is required, two will be retained and one returned after being reviewed. If resubmission is required, one corrected copy and one original copy will be returned after being reviewed. If resubmission is required, one corrected copy and one original copy will be returned and one will be retained. One approved copy shall be in the Contractor's file at the project site. M. RECORD PRINTS 1. Provide and keep a complete up-to-date a Record Set of document plans which shall be corrected daily and show every change from the original plans and specifications and the exact locations, sizes and kinds of equipment. Prints for this purpose may be obtained from the City's Representative at cost. This set of Contract Documents shall be kept on the site and shall be used only as a record set. 2. These Contract Documents shall also serve as Work progress sheets and shall be the basis for measurement and payment for Work completed. Make neat and legible annotations thereon daily as the Work proceeds, showing the Work as actually installed. These plans shall be available at all times for inspection and shall be kept in a location designated by the City's Representative. 3. Before the date of the final inspection, transfer all information from the record prints to electronic media (AUTO CADD). 4. Dimension from two (2) permanent points of reference, building corners, sidewalks, or road intersections, etc., show the location of the following Items: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-63 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS a. Connection to existing water lines. b. Connection to existing electrical power. c. Gate valves. d. Routing of irrigation pressure lines (dimension maximum 100' along routing). e. Remote control valves. f. Routing of control tubing. g. Quick coupling valves. h. Manual drain valves. i. Routing of irrigation lateral lines (with a change of two (2) feet each way). j. Other related equipment as directed by the City's Representative. 5. Prior to the date of the final inspection, the Contractor shall deliver the corrected and completed plans and disk to the City's Representative for approval. Delivery of the plans and disk will not relieve the responsibility of furnishing required information that may be omitted from the prints. N. CHANGES IN THE WORK 1. Minor changes, such as head locations and controller locations, which do not involve extra cost and are consistent with the purpose of the Work, may be ordered by the City's Representative and no claim for an addition to the contract sum or time schedule will be considered. O. GUARANTEE 1. Guarantee the satisfactory operation of the entire system. The entire system shall be guaranteed to be complete and Work properly for a period of one year from date of final acceptance. Repair any defects or replace any defective parts found or occurring within that year, free of expense to the City. 2. Include a copy of the guarantee form in the Operation and Maintenance Manual. 55.3 MATERIALS A. GENERAL 1. All materials and accessories shall be of new and unused material. Any section of pipe found to be defective before or after installation shall be replaced with new pipe. All new irrigation equipment shall be essentially the standard product of the manufacturer. All new equipment furnished shall have in-service performance records sufficient to verify published capabilities. 55.4 PIPE AND FITTINGS 1. PVC Pressure Main Line and Fittings: a. Pressure main line piping shall be SDR 21 (200 PSI) PVC. Main line piping less than three (3) inches in diameter shall have solvent welded joints. Main line piping greater than three (3) inches in diameter shall be JM Ring-Tite gasketed bell joint pipe, or approved equal. b. Pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM resin specification D1785. All pipes must meet the requirements of Federal Specification S-21-70. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-64 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS c. PVC solvent -weld fittings shall be Schedule 40, 1-2; 11-1 NSF approved conforming the ASTM test procedure D2466. d. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. e. All PVC pipe must bear the following markings: 1) Manufacturer's name. a) Nominal pipe size. b) Schedule or class. c) Pressure rating in PSI. d) NSF (National Sanitation Foundation) approval. e) Date of extrusion. 2) All fittings shall bear the manufacturer's name of trademark, material designation, size applicable IPS schedule and NSF seal of approval. f. PVC Non -Pressure Lateral Line Piping: 1) Non -Pressure buried lateral line piping 3/4" in diameter and above shall be SDR 21 (200 PSI) PVC with solvent -weld joints. Laterals 1/2" in diameter shall be SDR 13.5 Class 315 PVC with solvent - weld joints. 2) Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming to ASTM resin specification D1785. All pipes must meet the requirements of Federal Specification PS-21- 70 with an appropriate standard dimension ratio. 3) Except as noted in paragraphs above, pipe and fittings for PVC non -pressure lateral line piping will be the same as for solvent - weld pressure main line pipe and fittings as set forth in "PVC Pressure Main Line Pipe and Fittings" above. B. AUTOMATIC CONTROLLER 1. Automatic controller shall be of type and size shown on the plans. 2. The City's Representative shall approve the final location of automatic controller prior to installation. 3. The 120 volt electrical power for the automatic controller shall be provided by the Contractor. C. LOW -VOLUME CONTROL ZONE KIT 1. The Low -Volume Control Zone Kit shall be a complete assembled assembly comprised of a 1" 24VAC valve, 3A" filter and 3/4" low -flow pressure regulator. It is designed to operate zones ranging from 0.50 — 5.00 GPM, provide filtration of 140 mesh (115 microns), and downstream outlet pressure of 45 PSI. D. DRIP TUBING 1. The drip tubing shall be a low volume dripperline with integral and evenly spaced pressure compensating, check valve drippers welded to the inside of the tubing at specified intervals. The drip tubing shall have a dripper discharge rate of 0.6 gallons per hour) and be evenly spaced at 12" on center, or as per specified on the Contract Documents. Model # TLVC6-12025. Phone # 1-888- 638-2346 E. QUICK COUPLING VALVES City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-65 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. The quick coupling valves shall be of the type and size shown on the Contract Documents. F. REMOTE CONTROL WIRE 1. Connections between the automatic controllers and the remote control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be different color wire for each automatic controller. Common wires shall be white with a different color stripe for each controller. Install in accordance with automatic controller manufacturer's specifications and wire chart. In no case shall wire size be less than AWG #14 U.F. G. CONTROL WIRE SPLICES 1. Control wire splices shall be made with 3M-DBY wire connectors and sealant, or an approved equal. Connectors shall be of the proper size to match the wire. Only make wire splices in valve boxes or junction boxes approved by the City's Representative. H. VALVE BOXES 1. Valve boxes for remote control valves shall be of type and size as shown in the details. 2. Valve boxes in paved areas shall be cast iron with the word "water" cast in lid. I. SWING JOINT NIPPLES 1. All swing joint nipples shall be made of polyvinyl chloride, Schedule 40, threaded pipe. Fittings at swing joints shall be schedule 40 PVC threaded elbows. J. ROOT WATERING SERIES 1. Root watering series shall have a 1.0 GPM bubbler with a check valve on riser and a 4" grate. Rainbird Model #RWS—B-C-1404. phone # 1-800-724-6241 2. Backflow preventer pipe size shall match water meter inlet size. K. BACKFLOW PREVENTION DEVICE 1. Backflow preventer shall comply with codes and requirements of the State of Texas. 2. Backflow preventer pipe size shall match water meter inlet size. L. INSTALLATION 55.5 GENERAL A. Provide a complete and properly functioning automatic irrigation system as indicated herein and on the Contract Documents. B. Unless otherwise specified or shown on the plans, the construction of irrigation lines shall include excavation and backfill, the furnishing, installing and testing or irrigation pipe and fittings, and electrical conductors and all other Work in accordance with the plans and specifications. The irrigation system installation shall be coordinated with other construction activities. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-66 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS C. All valves and other irrigation equipment shall be located in planting areas, unless otherwise noted on the Contract Documents. 55.6 IRRIGATION CONTRACTOR'S RESPONSIBILITY A. Prior to submittal of the bid, the Contractor shall acquaint himself with all matters and conditions concerning the site and existing conditions. 1. Coordinate Work with the other trades so that all phases of the Work may be properly coordinated without delays or damage to any parts of the Work. 2. The Contractor shall be responsible for all sleeves and chases under paving, through walls, etc., unless otherwise noted on plans. B. SITE CONDITIONS 1. Before ordering materials or beginning Work, verify dimensions of existing and new Work. Any differences found shall be submitted to the City's Representative for consideration before proceeding with Work. No extra compensation will be allowed because of differences between actual dimensions and measurements indicated on the plans. Plans are diagrammatic and approximate. C. WATER SUPPLY 1. Make connections to the existing water line at the location shown on the plans. D. PIPE AND FITTINGS 1. PVC pipe, couplings and fittings shall be handled and installed in accordance with the manufacturer's recommendations. Each pipe length shall be properly spaced in jointing to allow for expansion and contraction. Piping will be snaked in trench as shown in the trenching details. If necessary, stakes are to be used to make pipe snake in trench. All stakes are to be removed, as the trench is backfilled. 2. All laterals shall be installed with 12" minimum coverage over pipes at finish grade and all main lines with at least 18" minimum coverage. All lines shall have a minimum clearance of 6" from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. 3. Install concrete thrust blocks as indicated on the details in the Contract Documents. Blocking shall be a minimum of 1.5 C.F. each.. Set concrete blocking against undisturbed earth. 4. The interior of the pipe shall be thoroughly cleaned of all foreign matter before being lowered into the trench, and shall be kept clean during laying operations by means of lugs or other approved methods. The pipe shall not be laid in water, or when trench or weather conditions are unsuitable for the Work. Water shall be kept out of the trench until the joints are completed. When Work is not in progress, open ends of pipe and fittings shall be securely closed so that no trench water, earth or other substance will enter the pipes or fittings. Any pipe that has the grade or joint disturbed after being installed shall be taken up and relayed. Fittings at bends in the pipe, and at the end of lines shall be firmly wedged against the vertical face of the trench by means of concrete thrust blocks. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-67 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 5. Joints in all screwed fittings shall be made by applying Teflon tape on male threads. Use of pipe joint compound or similar substance is prohibited. 6. After installation, the lines will be flushed until they are free of rocks, dirt, debris, etc., before the heads are installed. 7. Pipes and/or sleeves placed underground and not immediately connected to other pipes shall be capped or plugged to prevent water and dirt from entering the pipe. Sleeves for wires shall be capped or sealed with mastic tape after wires have been installed. E. AUTOMATIC CONTROLLER 1. Controller shall be installed as per the manufactures specifications. 2. All electrical wiring and connections shall be installed according to the local City and National Electrical Code. F. DRIP TUBING 1. Drip tubing shall be installed as per the manufactures specifications. G. LOW -VOLUME CONTROL ZONE KIT 1. Low -Volume control zone kit shall be installed as per the manufactures specifications. H. QUICK COUPLING VALVES 1. Quick coupling valves shall be installed in a vertical position as shown in the details and at locations shown on the plans. REMOTE CONTROL WIRE 1. Connections between the automatic controllers and the remote control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be different color wire for each automatic controller. Common wires shall be white with a different color stripe for each controller. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than AWG #14 U.F. 2. All wire shall be installed according to local electrical codes and must be insulated with PVC and bear UL approved (Type UF) for direct underground burial. J. CONTROL WIRE SPLICES 1. Control wire splices shall be made with 3M-DBY wire connectors and sealant, or an approved equal. Connectors shall be of the proper size to match the wire. 2. No control wire splices will be permitted between remote control valve boxes and controllers. K. VALVE BOXES 1. Valve boxes shall be installed in an accessible place as shown on plans. All valve box covers, valve boxes, etc. shall be placed so the edges are parallel or perpendicular to adjacent hard edges. Top of all boxes shall be 1" above finished grade. Top surface of boxes shall be installed so that a smooth surface is created in relation to existing grade. Use non tamper proof screws to attach lid to box. City of Fort Worth, Texas Special Provisions For Street and Storrn Drain Improvements PMO Release Date: 07/28/2010 Page SP-68 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS L. TRENCH EXCAVATION AND BACKFILL 1. The Contractor shall perform all excavation to the depth indicated in these specifications and plans. All excavated material not required for fill or backfill shall be removed from the site. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall be wide enough to permit proper placing of pipe. Where rock excavation is required, or where stones are encountered iri the bottom of the trench, the rock or stones shall be removed to a depth of four (4) inches minimum below the trench depth indicated. The over -depth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoroughly compacted. Whenever soil, which is wet or otherwise incapable of supporting the pipe is encountered in the trench bottom, such soil shall be removed to a depth and length required and the trench backfilled to trench bottom grade as hereinafter specified, with coarse sand, fine gravel or other suitable material. 2. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in line. The minimum cover specifications shall govern regardless of variations in ground surface profile and occasional deeper excavation required at banks and other field conditions. Excavation shall be such that a uniform trench grade variation will occur in all cases where variations are necessary. In no case shall the angle of deflection from one pipe length to another exceed 5 degrees. 3. Trench excavation shall consist of the satisfactory removal and disposition of all materials, and shall include all shoring and sheeting required by state and local regulations to protect the excavation and to safeguard employees. 4. During excavation, materials suitable for backfilling shall be stockpiled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave-ins. No excavated materials shall be placed within or permitted to fall upon roadways. 5. The trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting or earth, loam, sandy clay, sand, or other approved materials, free from large clods of earth or stone. Rock, broken concrete or pavements and large boulders shall not be used as backfill material. The backfill shall be thoroughly compacted and evened off with the adjacent soil level. Any materials not suitable for backfill shall be removed from the site and disposed of. 6. Select fill dirt or sand shall be used if soil conditions are rocky. In rocky areas the trenching depth shall be four inches below normal trench depths to allow for this bedding. The fill or dirt or sand shall be used in filling four inches above the pipe or wires. The remainder of the backfill shall contain no lumps or rocks larger than one inch. The top six inches of backfill shall be free of rocks, subsoil or trash. 7. Backfill shall be placed in layers; the thickness of the layers shall depend on the nature of the material and the method of compaction used. Compaction shall be accomplished in such a manner as to assure that there will be no future subsidence. 8. Any trenches improperly backfilled, or where settlement occurs, shall be reopened to the depth required for compaction, then filled and compacted with the surface restored to the required grade and left in a completed surface condition as described above. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-69 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 9. All excavation and backfill shall be unclassified and covered in the base bid. No additional charges will be allowed for rock encountered. M. LEAK TEST 1. When the main line or sections of the main line, laterals, swing joints and valves have been installed, the system (or section) will be thoroughly flushed. The system (or section) will then be pressurized for 8.hours at the operating pressure. 2. All joints and connections shall be pressure tested and checked for leaks prior to backfilling. 3. All lateral lines, from the control valve to the spray head, shall be tested, for an operating period of 8 hours by capping the pipe at the sprinkler head and pressurizing the pipe. 4. Any leakage found will be repaired and retested for another 8-hour period prior to backfilling. N. CLEANING AND FLUSHING SYSTEM 1. After pipe, fittings, and valves have been installed and connections made to the water source, flush pipes several times until free of all rocks, dirt, trash, pipe shavings or debris before installing heads. After the pipe has been thoroughly flushed, start installing the heads with the water running, beginning with the one nearest the valve and Working toward the ends of the laterals forcing the water and any debris left in the pipe out the last head connection. After the heads have been installed the system is to be operated several times before final inspection. The heads shall also be cleaned or replaced if necessary before final inspection. O. PLANT MATERIALS 1. Where it is necessary to excavate adjacent to plant materials, the Contractor shall use all possible care to avoid injury to plants and plant roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. Where a trencher is run close to plants having roots smaller than two (2) inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Roots one (1) inch and larger in diameter shall be painted with two coats of Tree Seal, or equal. Trenches adjacent to plant should be closed within twenty-four (24) hours; and where this is not possible, the side of the trench adjacent to the plant shall be kept shaded with burlap or canvas. No trenching shall occur within 8' of existing trees if heads occur closer than 8' to an existing tree, the lateral trench shall be cut radial to the trunk. P. TEMPORARY REPAIRS 1. The City reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. Q. CLEANUP City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-70 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Make final cleanup of all parts of the Work before final acceptance. This cleanup shall include removal of all construction materials and equipment, and in general leaving the site in an orderly and finished appearance. The Contractor shall also remove from the site any rock or extra soil resulting from this contract and he shall restore the site to its original condition or better. R. FINAL INSPECTION 1. Qualified person duly authorized in writing to represent the Irrigation Contractor shall be present at the final inspection to demonstrate the systems and prove the performance of the equipment. Prior to inspection all Work under this Section shall have been completed, tested, balanced and adjusted, and in final operating condition. S. MISCELLANEOUS SERVICES OF CONTRACTOR 1. Train at least two (2) of the City's employees in the operation and maintenance of the system. This shall include the operation of the controllers and valves, how to most effectively use the system, and maintenance on all equipment including the removal and replacement of valve and controller components. a. Provide two (2) quick coupling valve keys and two (2) sets of automatic controller keys for each controller. This equipment shall be turned over to the City upon final acceptance of the Work by the City. 2. Provide a watering program to the City showing the scheduling or sequencing of the valves, including which valves may be run simultaneously, and a desirable timing program for each controller. The controllers shall be scheduled to prevent an excessive amount of head loss in the system. The program shall include suggested operating time for new planting and established growth. 3. Operation and Maintenance Manuals - Prepare and deliver to the Contractor, within ten calendar days prior to completion of construction, two hard cover. three ring binders containing the following information: a. Index sheet stating Irrigation Contractor's address and telephone number, list of equipment with name and addresses of local manufacturer's representative. b. Catalog and parts sheets on each product and equipment type installed under this contract. 1) Guarantee statement. 2) Complete operating and maintenance instruction on all major equipment. T. WATER METERS, TAP, PERMIT AND IMPACT FEES 1. All fees associated with the installation of the irrigation system and/or connection to the existing water system shall be included in the cost of construction. U. Measurement: The measurement for this Item shall include all labor, materials and equipment, and city fees necessary to install irrigation system including controls and electrical systems and appurtenances. V. Payment: Payment for this Item shall be each per lump sum. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-71 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 56 - ITEM BID 00100-EROSION CONTROL PLAN < THAN 1 AC SWPPP 56.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary to control erosion from storm water discharge from leaving the property and entering existing roadways and underground storm drainage systems. B. The Texas Commission on Environmental Quality (TCEQ) promulgated storm water regulations pursuant to the Texas Pollutant Discharge Elimination System (TPDES) Program. The TPDES program implements the U.S. Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) Program in the state of Texas. The Erosion Control Plan has been developed in accordance with conditions of the general permit (General Permit No. TXR150000) for Construction Storm Water Runoff covering eligible storm water and certain types of non -storm water discharges to surface water in the state. C. The purpose of the Erosion Control Plan is to minimize the potential release of pollutants directly or indirectly into the storm water collection system or waters of the United States. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, slope drains and other devices. All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. Further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures. Any such dredging must comply with all Federal, State and local regulations. D. 1. Measurement: The measurement for this Item shall be lump sum including all labor, materials and equipment necessary to implement the Erosion Control Plan. 2. Payment: Payment for this Item shall be lump sum. 57 - ITEM BID-00181 TRAFFIC CONTROL — INSTALL 57.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary to comply with requirements to control traffic in order to assure the safety of the public, City personnel, and the Contractor's employees during the course of construction. B. See Standard Specifications Item no.524, "Barrier sand Warning And/Or Detour Signs" for specifications governing this Item. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-72 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS C. The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. D. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer (817) 392-8770 at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. E. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above -referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. F. 1. Measurement: The measurement for this Item shall be lump sum including all labor, materials and equipment necessary to control traffic during construction operations. 2. Payment: Payment for this Item shall be lump sum. 58 - ITEM PREBID-00504 SIGN — PROJECT DESIGNATION 58.1 WORK A. The Work of this Item includes all labor, equipment and materials necessary for supplying, installing, and removing the Project Designation signs associated with this project. The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the City. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-73 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS B. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the City. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the City and in place at the project site upon commencement of construction. C. See Standard Specifications Items 524 "Barriers and Warning and/or Detour Signs" for specifications governing this Item. 1. Measurement: The measurement for this Item shall be per Project sign including all labor, materials and equipment necessary for contractor to supply and install the Project signs as shown on Construction Documents. A unit price has been assigned to this item (see Proposal). 2. Payment: Payment for this Item shall be per pre -bid amount for each Project Sign. 59 - ITEM PREBID-00414 — UTILITY ADJUSTMENT — REPAIR 59.1 WORK A. The Work of this Item includes all labor, equipment, and materials necessary to protect and adjust existing utilities to an elevation as shown on the plans. The work within this section includes adjusting various types of utility covers and risers as shown on the Construction Documents. B. See Standard Specifications Item no. 444, "Manholes and Inlets" and Item no. 450, "Adjusting Manholes and Inlets" for specifications governing this Item. 1. Measurement: The measurement for this Item shall be per unit including all labor, materials and equipment necessary to adjust utilities as shown on the plans. 2. Payment: Payment for this Item shall be per unit, complete in place. 60 - ITEM PREBID-001303 FORCE ACCOUNT MISCELLANEOUS ITEMS 60.1 WORK A. Force Account Work shall include all labor, equipment, and materials necessary for additional work items as directed by the City. Force Account shall consist of miscellaneous utility adjustments and other non -subsidiary items requested for construction by the City of Fort Worth. Contractor to submit proposed work and estimate for completion to the City. City shall approve the work scope and estimate prior to the commencement of work. 1. Measurement: The measurement for this Item shall be per unit of work. Each unit of work shall be $1.00 including all labor, materials and equipment necessary to control traffic during construction operations. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-74 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2. Payment: Payment for this Item shall be $1.00 per unit work as approved by the City. 61. NON -PAY ITEM - CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 62. NON -PAY ITEM - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 63. NON -PAY ITEM - PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties. If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 64. NON -PAY ITEM - PROJECT SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by. Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by OWNER) - Primavera Contractor (Version 6.1 or later or approved by OWNER) — Primavera SureTrak (Version 3.x or later or approved by OWNER) - Microsoft Project (Version 2003/2007 or later or approved by OWNER) City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-75 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. 75.(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each • general activity shall be broken down into sub - activities in enough detail to achieve sub -activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre -acceptance activities, and events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-76 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 . and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule -related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. 75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-77 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 65. NON -PAY ITEM - NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw -cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw -cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 66. NON -PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre -construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 67. NON -PAY ITEM — PRE -CONSTRUCTION NEIGHBORHOOD MEETING: After the pre -construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. 68. NON PAY ITEM — LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-78 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 69. NON PAY ITEM — TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 70. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE -INSPECTIONS: Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. 71. NON PAY ITEM - TEMPORARY EROSION. SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, slope drains and other devices. All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. Further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures. Any such dredging must comply with all Federal, State and local regulations. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-79 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible -earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the ENGINEER as necessary to control soil erosion. Temporary pollution - control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The ENGINEER will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the ENGINEER. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 1. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams. 2. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 3. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 4. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil -erosion -control work and his plan to keep the area of erodible -earth material to a minimum. He shall also submit for acceptance his proposed method of soil -erosion control on construction and haul roads and material sources and his plan for disposal of City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-80 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS waste materials. No work shall be started until the soil -erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-81 of 82 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS (To be printed on Contractor's Letterhead) Date:30 September 2010 City No: 00459 PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: WEST ROSEDALE BIKE/PEDESTRIAN PROJECT-HEMPHILL MEDIANS MAPSCO LOCATION: 76K, 76L, 76M, 77J, & 77K LIMITS OF CONST.: MEDIANS BETWEEN SOUTH JENNINGS STREET AND LIPSCOMB STREET Estimated Duration of Construction on your Street : 240 calendar days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL RECONSTRUCT THE MEDIANS ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. PATRICK BUCKLEY AT 817-392-2443 OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-1 of 45 Sea City of Fort Worth, Texas COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES REFERENCE NO.: * "G-16190 SUBJECT: Adopt 2008 Prevailing Wage Rates for City -Awarded Public -Works Projects A%:3n 1c7�1'^'•^cn��i"rrr-t1+,3 .cv r RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City -awarded public works projects, DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub -Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office_by:_ Originating Department Head: Additional information Contact: Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Hatching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Forrn Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator; Pneumatic, Self -Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy -Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi -Trailer Truck Driver, Transit -Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $ 1 0.06 $13.99 $12,78 $11.01 $ 8.80 I $14.15 I $ 9,88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12, 50 $13,56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11,63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10,04 $11.04 $14.86 $16.29 $11,07 $10.92 $11.28 $11.42 $12.32 $12.33 $1092 $12.60 $12,91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper $21.69 Plumber $12.00 Plumber Helper $15.24 $19.12 $10,10 $16,23 $11.91 Reinforcing Steel Setter Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Purnp Crane, Clamsheel, Backhoe, Derrick, nine $13.00 Shovel $9.00 Forklift $20.20 , Front End Loader $14.43 $19.86 $12.00 $20.00 $13.00 $18.00 $13.00 , $14.78 I $11.25 $10,27 $13.18 $16.10 $14.83 $8.00 518.85 $12.83 $17.25 $12.25 Truck Driver Weider Welder Helper $20.43 $14.90 $10.00 $14.00 $10.00 $16, 96 $12.31 $18.00 $9.00 $17.43 $20.50 517.76 $12.63 $10.50 $14.91 $16.06 $9.75 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st 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. (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 do not resolve the issue by agreement before the l5th 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 1 lth 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 the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate 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 the prevailing wage rates in a conspicuous place at the site of the project 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. 4' 4' 44"1 61" 2 3 I Hroject Title Funding I Contractor's Name 1 12" i Questions on this Project CaII: 1 12" (817) 392 - XXXX 12" After Hours Call: (817) 392 - XXXX 1 i-- 22" 1" TYP. -I Contractor: DRAWING NO. 1 - H t R1" TYP. FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 725 - BROWN LETTERING - PMS 288 - BLUE BACKGROUND - WHITE BORDER - BLUE $1" 2 11, 2 21" 2 3" 1" 3" 1" 2 12„ 1" 1" NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" / LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD IDATE: 07 — Contracts, Bonds and Insurance 7.1 — Certificate of Insurance 7.2 — Contractor Compliance With Workers' Compensation Law 7.3 - Conflict of Interest Questionnaire 7.4 - Performance Bond 7.5 - Payment Bond 7.6 - Maintenance Bond 7.7 — City of Fort Worth Contract ACC)R CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 8/13/2012 INSR LTR TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY B CLAIMS -MADE X OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: —1 POLICY I X I IFR(lI I I LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS HIRED AUTOS X UMBRELLA LIAR EXCESS LIAB I DED I X I RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below SCHEDULED AUTOS NON -OWNED AUTOS C Inland Marine X OCCUR CLAIMS -MADE 10,000 Y/N THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Agents Alliance Services, Ltd )Ramey King Insurance 510 N. I35 E Denton TX 76205 INSURED C Green Soaping, LP 2401 Handley Ederville Rd. Fort Worth TX 76118 COVERAGES CERTIFICATE NUMBER:CL1251108 CONTACT Rachyl Mead i NAME: PHO No fit) (940) 382-9691 E-MAILfA/C ADDRESS: rachymeald@rameyng' kicom INSURER(S) AFFORDING COVERAGE INSURFR A •America First Lloyds INSURER B :Netherlands INSURER C :America First Insurance Co. INSURER D : INSURER E : I INSURER F : 803 REVISION NUMBER: IFAX (940) 293-1050 (A/C. No): NAIL # 11526 24171 112696 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. ADDL SUBR'' POLICY EFF POLICY EXP 'NSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) N/A CBP8851920 5/13/2012 5/13/2013 3A8842595 5/13/2012 5/13/2013 CU8844799 )C8852920 IM8854626 5/13/2012 5/13/2013 5/13/2012 5/13/2013 5/13/2012 5/13/2013 LIMITS EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) I $ PROPERTY DAMAGE I$ (Per accident) EACH OCCURRENCE AGGREGATE WC STATU- X TORY LIMITS E.L. EACH ACCIDENT $ Is I$ OTH-I ER 1$ E.L. DISEASE - EA EMPLOYEE' $ E.L. DISEASE - POLICY LIMIT I $ Rented/Leased Limit Deductible Per Occurrence 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 1,000,000 5,000,000 5,000,000 1,000,000 1,000,000 1,000,000 $100,000 $1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: West Rosedale Bike/Pedestrian Project -Hemphill Medians. The insured's general liability policy has an additional insured endorsement that includes as an insured any person or organization when the insured and such person or organization have agreed in writing in a contract that such person or organization be added as an additional insured (Form 22-45TX 12/02). The insured's auto liability policy has an additional insured endorsement that includes as an insured any person or organization with whom the insured has agreed in writing in a contract to provide insurance such as is afforded under this policy (Form 16-59f 05/04). Form 22-111 (01/07) is on the insureds general liability policy as well and is CERTIFICATE HOLDER CANCELLATION City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Jeff King/RLM ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 (201005).01 The ACORD name and logo are registered marks of ACORD Policy No. CBP8851920 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE CONDITION, This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGEPART A. The following is added to provision a. Primary Insurance of paragraph 4. Other Insurance under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: However, when an additional insured has been added to this Coverage Part by attachment of an endorsement, we will not seek contribution from the "additional insured's own insurance" provided that: (1) You and the additional insured have agreed in a written contract that this insurance is primary and non- contributory; and (2) The "bodily injury" or "property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the execution of such contract. B. For the purposes of this endorsement the following is added to SECTION V — DEFINITIONS: "Additional Insured's own insurance" means other insurance for which the additional insured is designated as a Named Insured. Includes copyrighted material of Insurance Services Office. Inc., with its permission. 22-111 (01/07) r Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance under the COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE The following endorsement provision does not apply when "X" is_ shown in the space provided below: Provision B. PROPERTY DAMAGE — BORROWED EQUIPMENT doesnot apply Provision C. PROPERTY DAMAGE — CUSTOMERS' GOODS does not apply Provision F. MEDICAL PAYMENTS EXTENSION does not apply Provision H. ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT does not apply Provisional. ADDITIONAL INSUREDS — VENDORS doesnot apply Provision J. BROAD FORM NAMED INSURED; ddes net apply' Provision K. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES does not'apply Provision L. KNOWLEDGE OF OCCURRENCE, OFFENSE,CLAIM. OR=:SUIT does not apply (If no entry appears:above, information required to complete this endorsement will: be shown in the Declarations as applicable to this endorsement) With respect::to coverage afforded by this endorsement, the provisions of the .policy apply unless modified by the endorsement. A. NON -OWNED WATERCRAFT Under paragraph 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION`!); provision (2)(a) of .exclusion g. Aircraft,;Auto Or Watercraft is replaced byt-he following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and B. PROPERTY DAMAGE —BORROWED EQUIPMENT Underparagraph 2. Exclusions of COVERAGE. -A BODILY INJURYAND`PROPER.TY DAMAGE LIABILITY (SECTION I), provision (4) of exclusion j. Damage To Property does not apply to "property damage" to borrowedequipment while that equipment is not being used:to perform operations at the job site. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following IS added to Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision B. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance, whether primary, excess, contingent or on any other basis, that is property insurance. 3. This endorsement provision B. does not apply when it is shown in the Schedule as not applicable. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12/02) Page 1 of 6 05/13/2012 8851920 NTCODMME405 INSURED COPY PGDM060D J25270 AC3FPPN 00000239 P890 159 C. PROPERTY DAMAGE — CUSTOMERS' GOODS 1, Under paragraph 2: Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION' I), provisions (3), (4) and (6) of exclusion j. Damage To Property do not apply to "property damage" to "customers' goods" while on your premises. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: The Insurance afforded by provision C. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance, whether primary , excess, contingent or on any other basis, that is property insurance. 3. The following is addedto-SECTIONV — DEFINITIONS: "Customers' goods" means property of your customer on your premises for the purpose of being worked On or used in your manufacturing process. 4. This endorsement provision C. does not apply when it is shown in the Schedule as not applicable. D. PROPERTY DAMAGE. LIABILITY— ELEVATORS 1. Under paragraph 2. Exclusions of COVERAGE -A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I), provisions (3), (4) and (6) of exclusion j. Damage To Property -do not apply if such "property damage" results from the use of elevators. 2. The following is' added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Condition 4. Other Insurance, paragraph b. Excess Insurance; The insurance -afforded by provision D,, in the Commercial. General Liebility'Extension Endorsement is excess over any of the other insurance, whether primary, excess, contingent .or on any otherbasis', that is property insurance. E. DAMAGE BY FIRE, LIGHTNING, EXPLOSION, SMOKE OR LEAKAGE If Damage To Premises ;RentedTo You is not otherwise excluded from this Coverage Part: 1. Under subsection 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I): a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs (1), (3) and (4)' of this exclusion do not applyto "property damage," (other than damage byfire, lightning, explosion, smoke, or leakage from automatic fire protection systems) to premises, including the contents of such premises, rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III — LIMITS OF INSURANCE. b, The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, srnoke,,or leakage from automatic fire protectionsystems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as -described in SECTION III:— LIMITS OF INSURANCE. Includes copyrighted material of Insurance Services Office, Inc. with its perrnission. Copyright, Insurance Services Office, Inc., 2000 22-45T:X (12)02) Page:2 of 6 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000240 Page 160 2. Paragraph 6. under SECTION I11— LIMITS OF INSURANCE is replaced by the following: 6. Subject to 5. above, the Damage To Premises Rented To YOU Limit is .the most we will pay under Coverage A for damages because of "property damage" to any one prebiises, while rented to you, or in the case of damage by fire, lightning, explosion, smoke, or leakage from automatic protection systems, while rented to you or temporarily occupied by you with permission•of the owner. This limit is the greater of: a. $300,000; or b. The amount shown in the Declarations for Damage To Premises Rented 10 You Limit. 3. The Word "fire" is changed to "fire, lightning, explosion, smoke, or leakage from automatic fire protection systems".where it appears in: a. SECTION IV — COMMERCIAL:GENERALLIABILITY CONDITIONS, Condition 4. Other Insurance, paragraph b. Excess Insurance, subparagraph(1)(b); and b. SECTION V — DEFINITIONS, paragraph 9.a. F. MEDICAL, PAYMENTS EXTENSION 1. SECTION III — UMITS'OF INSURANCE, paragraph7. iS replaced by the:'fdliowing: 7. Subject to `5. above, the Medical Expense Limit is, the most we will pay under Coverage C. for all medical ex penses`because of "bodily injury" sustained by any' one person. The:Medical Expense Limit is the greater of: a. $15,000; or b. The Medical Expense Limit shown in the Declarations. 2. Under provision 1. Insuring Agreement of COVERAGE:C MEDICAL PAYMENTS:_(SECTION I), the second subparagraph (2) of paragraph a. is replaced by the following: (2) The expenses are incurred and reported to us Within three years of the, date.of the accident; and. 3. This, endorsement provision F. does not epplywhen: a. It is shown in:the Schedule as not applicable; or b. COVERAGE C. MEDICAL PAYMENTS (SECTION I) is otherwise excluded from this Coverage Part, G. EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B UnderSUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 1.b. is replaced by the following: b. Up to $2500 for cost of bail bonds required because of accidents or traffic law violations arising out Of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is' replaced by the .following: d. All reasonable expenses incurred by the insured at our request to assist us. in the investigation,or defense of the claim or "suit", including actualioss of earnings up to $300:a day because of time off from work. Includes copyrighted material of Insurance Services Office, Inc.,with lts permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12/02) Page 3 of 6 INSURED COPY 05/13/2012 8851920 NTCODMMF40.5 PGDM060D J25270 AC3FPPN 00000241 Page 161 H. ADDITIONAL, INSUREDS — BY CONTRACT, AGREEMENT OR;PERMIT 1. "Paragraph 2. under SECTION II — WHO IS AN INSURED is"amended to include as an insured any person or organization when:you and such person or organization have agreed in writing in a contract, .agreement or permit that such person or organization be added as an additional insured on 'your policy to provide insurance such as is afforded under this -Coverage Part. Such person or organization is an additional insured only:with respect to [ability arising out of: a. Your ongoing operations performed for that person or organization; or b. Premises or facilities owned or used by you. With respect to provision 1.a. above, a person's or organization's status as an insured under this endorsement ends'when youroperations for thatperson or organization are completed. With respect to provision 1.b:.above, a person's or organization's status.as an insured under this endorsement ends when their:contract or agreement with you for such premises or facilities ends. 2. This endorseriient provision H. does not apply: a. "Unless the written contract or agreement has been executed, or permit has been .issued, prior to the "bodily injury", "property damage" or"personal and advertising injury"; b. To "bodily injury" or"property damage" occurring after: (1.) AlCwotk including materials, parts 'oreq`uipmentfurnished in connection with such`work, in.the project (other than 's_ervice,, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project; c. To the rendering of or failure to render any professional services including, but not limited to, any professional architectural, engineering or surveying service's such as: (1). The.preparing, approving, or failing to prepare. or approve, maps; shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection,. architectural or engineering activities; d. To "bodily injury", "property damage" or "personal and advertising injury' arising;out of any act;error.or omission that results from the additional insured's sole negligence or wrongdoing; e. To any person or organization included as an insured under provision I. of this..-endorseme.nt; f. To any person or organization included as an Insured by a separate additional insured endorsement issued by us and made a part of -this policy; or g. When' it is shown in the Schedule as not applicable. Includes.copyrighted material of Insurance Services Office, Inc. with its permission, Copyright, Insurance Services Office; inc., 2000 22-45TX(12/02) Page 4:of 6 INSURED COPY 05/13/2012 8851920 NTcODMMF405 PGDIV1060D J25270 AC3FPPN 00000242 Page 162 1. ADDITIONAL INSURED — VENDORS Paragraph 2. under SECTION If— WHO IS"AN INSURED is amended to include as an insured any person or organization(referred to below as "vendor) -with whom you agreed; in a wriften contract or agreerrmentto provide insurance such as is afforded under this policy, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business,:subject to the following additional exclusions: 1. The insurance afforded the vendor does not;apply.to: a. "Bodily injury""or "property'daniage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreernent. This exclusion does..notapply to liability for damages thatthe vendor Would have in the absence of the contract oragree.ments b. Anyekpress'warranty unauthorized by you; c. Any Physical or chemical change in the product made intentionally by the vendor; d: Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests orservioing as the vender `has agreed "to. make or nn,r--maily undertakes to make in the course of business, in connection With the distributionor sale of the'products; f. Demonstration, installation, servicing Or repair operations, except such operations performed at the vendor's premises'in connection with the safe of the producf; g. Products which, after distribution Or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or h. To "bodily injury" or "property darnage" arising out of any act; error or ornission that results from- the additional insured's sole negligence or wrongdoing. 2. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient; part or container, entering into, accompanying or containing such products. 3. This endorsement provision I. does not apply when it is shown in the Schedule as not applicable. J. BROAD FORM NAMED INSURED 1. 'SECTION II — WHO IS AN INSURED is amended to include as an insured:any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS,. the following is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: This insurance is excess overany of_the other insurance, whether_prirnary, excess, contingent:or on any other basis, that is available to an insured solelyby reason of ownership by you :of-morethan 50 "percent of the voting 'stock. 3. Paragraph 2., of this endorsement provision J. does not apply to a policy written to apply specifically in :excess of this policy. 4. This endorsement provision J. does not apply when it is shown in the Schedule as not applicable. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12/02) Page 5 of 6 INSURED COPY 05/13/2012 8851920 NTCODMmE405 PGDM060D J25270 AC3FPPN 00000243 Page 163 K. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 1. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the <following is added to Condition 6. Representations: Your failure to disclose "all hazards or prior "occurrences'." existing as of the inception date of the 'policy shall not` prejudice. the coverage afforded by this policy providedsueh failure to disclose all hazards or prior "occurrences is not intentional. 2. This endorsement provision K.'dbes not apply when it is shown in the Schedule as not applicable, L. KNOWLEDGE OF OCCURRENCE, `OFFENSE, CLAIM ORSUIT 1. .Under .SECTION. IV — COMMERCIAL. GENERAL LIABILITY CONDITIONS, the following is added to Condition 2. Duties in the Event of Occurrence, Offense, Claim Or Suit: KnOv✓ledge;of an "occurrence", offense, claim o'r`suit" by an agent,, servant or"eripleyee" of any insured_ shall not in itself -constitute-knoVvledge of the Insured unless an insured listed under paragraph SECTION" 11— WHO IS_AN INSURED or aperson who has been designated by themto receive reports ofoccurrences, offenses, claims and "suits" shall have received such notice from the agent, servant or "employee". 2. This-endorsementprovision L. does not -apply when it is shown in the Schedule as not applicable.. M. LIBERALIZATION CLAUSE If Werevise this Commercial General`.Liability Extension Endorsement to provide more coverage.Withbutedditional preen um charge, your policy will automaticallyprovide the coverage as=of the day the revision is effectivean your state, This doe's not apply to provisions that are shown in the.Schedule as not. applicable. N. BODILY INJURY REDEFINED Under.SECTION V— DEFINITIONS,'definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includea mental anguish,.mental-injury,•shock, fright or death that results from such physical injury, sickness or •disease. Includes copyrighted material of Insurance. services Office, Inc, with its permission. Copyright, Insurance,Services Office, Inc., 2000 22-45TX (12/02) Page 6•9f 6 INSURED COPY 05/13/2012 8851920 NTCODMIMF405 PGD<,4060D J25270 AC3FPPN 00000244 Page 164 Policy No, BA8842595 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT COVERAGE INDEX Description Page TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE 1 BROAD.FORM INSURED 2 EMPLOYEES AS INSUREDS 2 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 2 SUPPLEMENTARY PAYMENTS 2 AMENDED FELLOW EMPLOYEE EXCLUSION 3 HIRED AUTO PHYSICAL DAMAGE 3 TOWING AND. LABOR 3 PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 3 RENTAL REIMBURSEMENT 4 EXTRA EXPENSE - BROADENED COVERAGE 4 PERSONAL EFFECTS COVERAGE 4 AIRBAG COVERAGE 4 LEASE GAP 4 GLASS REPAIR - WAIVER OF DEDUCTIBLE 5 DRIVE OTHER CAR FOR EXECUTIVE OFFICERS 6 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 7 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS 7 BODILY INJURY -REDEFINED 7 EXTENDED CANCELLATION CONDITION 7 The following modifies insurance under the; BUSINESS AUTO COVERAGE FORM 1. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I - COVERED AUTOS, paragraph C. is changed by adding the following: If Physical Damage Coverage is provided under the Business Auto Coverage Form for an "auto' you own, the Physical Damage coverages provided for that owned `auto" are extended to any auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 1 of .7 2. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE - WHO IS AN INSURED is amended to include as an insured: 1 Any legally incorporated entity of which you own more than 50 percent of the voting stock during the period for which this endorsement is effective, if there is no similar insurance available to that organization. However, the Named Insured does not include any organization; a, that is a partnership or joint venture, or b. that is an insured under any other policy, or has exhausted its Limit of Insurance under any other policy. 2. Paragraph 1, b. above does not apply to a. policy written to apply specifically in excess of this policy. 3. Coverage for -newly acquired or formed organizations is afforded only for 180 days from the date of acquisition or formation. 4. Coverage does not apply to "bodily injury" or "propertydamage" that results from an accident" that occurred before you formed or acquired that organization. 3. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE - WHO IS AN INSURED is amended to include as an insured: Any employee of yours while using a covered "auto" you do not own, hire or borrow in your business or your personal affairs. 4. . ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II - LIABILITY COVERAGE - WHO IS AN INSURED is amended to include as an insured any person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under this policy. This provision 4. does not apply unless the written contract or agreement has been executed, or permit has been issued, prior to the "bodily injury" or "property damage.' 5. SUPPLEMENTARY PAYMENTS SECTION. II - LIABILITY COVERAGE, 2.a. Supplementary Payments, items (2) and (4) are replaced by the following: (2) Up to $2500 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up to $-300 a day because of time off from work. 6. AMENDED FELLOW EMPLOYEE EXCLUSION Includes copyrighted material of Insurance services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 2 of 7 SECTION II - LIABILITY, exclusion 5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. The insurance provided under this provision 6. is excess over any other collectible insurance. 7. HIRED AUTO PHYSICAL DAMAGE SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you hire, subject to the following limit and deductible: The most we will pay for "loss" to any hired "auto" is $50,000 or Actual Cash Value or Cost of Repair,_ whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. Subject to the above limit, deductible and excess provisions, we will provide coverage equal tothe broadest coverage applicable to any covered "auto" you own. Subject to a maximum of $750 per "accident", we will also cover lossof use of the hired "auto" if it results from an "accident", you are legally liable, and the lessor incurs an actual financial loss. The insurance provided under this provision 7. is excess over any other collectible insurance. 8. TOWING AND LABOR SECTION III - PHYSICAL DAMAGE COVERAGE, A.2.Towing, is replaced by the following: We will pay towing arid labor costs incurred, up to the limits shown below, each time.a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck"`is disabled: a. For private passenger type vehicles, We will pay up to $50 per disablement. b. For "light trucks" that have a..gross vehicle weight (GVW) of 10,000 pounds; -or less, we will pay up to $50 per disablement. c. For "medium trucks" that have a gross vehicle weight (GVW) of 10,001 - 20,000 pounds, we will pay up to $150 per disablement. However, the labor must be performed at the place of disablement. 9. PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extension, is amended to provide a limit of $50 per day and a maximum limit of $1000. 10. RENTAL REIMBURSEMENT Includes copyrighted material of insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 3 of 7 SECTION I I - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", other than theft, to a covered "auto". We will pay only, for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." The most we will pay for any one "accident" or "loss" is $1000. No deductible applies to this coverage. 11. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION Ill - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. 12. PERSONAL EFFECTS COVERAGE A, SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: B. If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a:deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision 12. is excess over any other collectible insurance. SECTION V - DEFINITIONS is amended by adding the following: "Personal effects" means tangible property that is worn or carried by an "insured". "Personal effects" does not include tools, jewelry, money or securities. 13. AIRBAG COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONSis amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge ofan air bag. 14..LEASE GAP A. SECTION III - PHYSICAL DAMAGE COVERAGE - LIMIT OF INSURANCE is amended by adding the following: The most we will pay for a "total loss" in any one "accident" is the greater of the: 1. Balance due underthe terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 4 of 7 b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life -Insurance, Health, Accident or Disability. Insurance purchased with the loan or lease, ci. Transfer or rollover balances from previous loans or leases, e. Final payment due under a `Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", i. Any amount representing taxes, j. Loan or lease termination fees, or; 2. The actual cash value of the damaged or stolen property as of the time of the "loss". B. ADDITIONAL CONDITIONS This coverage applies only to the original loan or lease written on a covered "auto". C, SECTION V - DEFINITIONS is changed by adding the following: As used in this endorsement: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. "Balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 15. GLASS REPAIR - WAIVER OF DEDUCTIBLE SECTION III - PHYSICAL DAMAGECOVERAGEis amended by adding the following to D. DEDUCTIBLE : No deductible applies to glass damage if the glass is repaired rather than replaced. 16. DRIVE OTHER CAR FOR EXECUTIVE OFFICERS A. This provision 17. changes only those coverages where a Umit and premium is shown in the Declarations. B. CHANGES IN LIABILITY COVERAGE: Includes copyrighted material of Insurance Services Office, Inc. with its permission, Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page '5 of 7 Any "auto" you do not own, hire or borrow is a covered "auto" for Liability Coverage while being used by any of your "executive officers", except: Any "auto" owned by that "executive officer' or a member of that person's household, or Any "auto" used by that "executive officer" while working in a business of selling, servicing, repairing or parking "autos", C. CHANGES IN AUTO MEDICAL PAYMENTS AND UNINSURED MOTORISTS AND. UNDERINSURED MOTORISTS COVERAGE The following is added to VVHO IS AN INSURED: Any individual "insured" and his or her "family members" are "insured" while "occupying" or while a pedestrian when being struck by any "auto" you do not own except: Any "auto" owned by that individual or by any "family member". D. CHANGES IN PHYSICAL DAMAGE COVERAGE: Any private passenger type "auto" you do not own, hire orborrow is a covered "auto" while in the care, custody or control of arty of your "executive officers" except: Any°"'auto" awned by that individual or by any Member of his or her household. Any "auto" owned 'by that individual or his or her spouse while working in a business:of selling, servicing, repairing or parking "autos". E. ADDITIONAL DEFINITIONS: As used in this endorsement: "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and that person's spouse, while a resident of the same household. "Family member" means a person related to an "executive officer" by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. F. The insurance provided under this provision 17. will be: Equal to the broadest of those coverages afforded any covered "auto", and Excess over any other collectible insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV - BUSINESS AUTO CONDITIONS is amended by adding the following: If you unintentionally fail to disclose any hazards or exposures existing as of the inception date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard or exposure as soon as practicable after its discovery, and we Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 6 of 7 have the right to collect additional premium for same. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR "LOSS" SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A,2.a. is amended_ by adding the following: You must give us notice of an "accident", claim, "suit" or "loss" only when it is known to: 1. You; if you are an individual, 2. A partner, if you are a partnership, 3. A member, if you are a limited liability company, or 4: An executive officer orthe "employee" designated by the Named Insured to givesuchnotice, if you are a corporation. 19. BODILY INJURY REDEFINED Under SECTION V - DEFINITIONS, definition C. is replaced by the following: "Bodily Injury" means physical injury, sickness or disease sustained by a person including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. 20. EXTENDED CANCELLATION CONDITION The COMMON POLICY CONDITIONS - CANCELLATION provision applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail or -deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision 20. does not apply in those states which require more than 60 days prior notice of cancellation. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 7 of 7 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: West Rosedale Bike/Pedestrian Project -Hemphill Medians PROJECT NUMBER: 00459 IS TO CERTIFY THAT : is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the typeof insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. Policy Worker's Compensation Comprehensive General Liability Insurance (Public Liability) TYPE OF INSURANCE Effective Exnires Limits of Liability Bodily Injury: Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered: Description of operations covered- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or - canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Agency Insurance Co. Fort Worth Agent By Address Title PERFORMANCE BOND B©nl 0 02 ©31a 7 0 THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: That we (1) C. Green Scaping, L.P. as Principal herein, and (2)Vk,S,V .Qr"MenCof. , a corporation organized under the laws of the State of (3)11((► , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Two Hundred Fortv-four Thousand Fortv-seven and no/100 ($244.047.001 Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 17th of July, 2012 a copy of which is attached hereto and made a part hereof, for the construction of: Landscape and Pedestrian Enhancements Along West Rosedale Street from Lipscomb to South Jennings Streets NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 17`11 of July, 2012. ATTEST: (Principal) Secretary (SEAL) Wit$ess as to R(jncipal 240 I t-4unri I 00 Edervi11 F!.Wor4h, Address TX 1(111 ATTEST: Qo (Surety) Secretary qe0P .d Witness as t Surety (Address) C. Green Scanini, L.P. PRINCIP/ L (4) BY: Title: 2401 Handley Ederville d. Fort Worth. TX 76118 (Address) 614_s- vlOr e u 1GLYI Suret BY: Attorney -fact) (5) (Address) NOTE: Date of Bond must not be prior to date of Contract (1) (2) (3) Correct Name of Contractor Correct name of Surety State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney -in -Fact. The date of bond shall not be prior to date of Contract. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4940137 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. WEST AMERICAN INSURANCE COMPANY INDIANAPOLIS, INDIANA POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That West American Insurance Company (the "Company'), an Indianapolis stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JAMES E. KING, JEFF P. KING, MARK HUFF, ALL OF THE CITY OF DENTON, STATE OF TEXAS , 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 the penal sum not exceeding FIVE MILLION AND DOLLARS ($ 5,000,000.00********************* .*****) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: fN L s N Y c d d 2 i L ca 3 L i `� w : O ;> Id7 j. to jQ) i L 0 ?.2 is L _%% d L ,. d `j C COMMONWEALTH OF PENNSYLVANIA ss 'O COUNTY OF MONTGOMERY ii F. On this 19th day of October , 2011 , before me, a Notary Public, personally came David M. Carey, to me known, and acknowledged that he is an Assistant Secretary of West American Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of West American Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF,,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. .;, 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 to such limitation as the Chairman or President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bond, recognizances and other surety obligations. Such attorneys -in - fact, subject to the limitations set forth in their respective 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 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 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. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article IV, Section 12 of the By -Laws, David M. Carey, Assistant Secretary of West American Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of West American Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 19th day of October 2011 WEST AMERICAN INSURANCE COMPANY By 4 David M. Carey, Aistant Secretary By Teresa Pastella, Notary Public CERTIFICATE I, the undersigned, Assistant Secretary of -West American Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article IV, Section 12 of the By -Laws of West American Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of West American Insurance Company at a meeting duly called and held on the 15'h day of February, 2011: VOTED that the 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. IN INt,TETIMONY WHEREOF, 1 he hereunto subscribed my name and affixed the corporate seal of the said company, this ' " t day of I, �20avI2. Gregory W.-Davenport, Assistant Secretary PAYMENT BOND &&r4 o 2_2 ©5 6878 THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: That we, (1) C. Green Scanina. L.P., as Principal herein, and (2) W P S\ :j s , a corporation organized and existing under the laws of the State of (3) TM' L two fl , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Two Hundred Forty-four Thousand Forty-seven and no/100 Dollars (S244,047.001 for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 17th day of July, 2012, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Landscape and Pedestrian Enhancements Alona West Rosedale Street from Lipscomb to South Jennings Streets NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 17th day of, July, 2012. ATTEST: (Principalecretar (S E A L) ate. ji; Witness as to Principal ATTEST: u_leX cAuryleAl 0-4Ctioj Secretary (S EAL) A a_ Witness as fro Surety NOTE: (1) (2) (3) C. Green Seeping. L.P. PRINCIP L By: Name: am/ Title: pmz. Address: 2401 Handley Ederville Rd Fort Worth. TX 76118 _ 1i run- C SURETY, By: Name: 30 'NA e-c, VIA Attorney in Fact Address: N 0 N , . 1-�(?� Telephone Number: ci 12- iJ 2.'L011 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4940136 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. . WEST AMERICAN INSURANCE COMPANY INDIANAPOLIS, INDIANA POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That West American Insurance Company (the "Company), an Indianapolis stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JAMES E. KING, JEFF P. KING, MARK HUFF, ALL OF THE CITY OF DENTON, STATE OF TEXAS , 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 the penal sum not exceeding FIVE MILLION AND Dam 00'........................A........................................................ , *``*''`*DOLLARS ($ 5,000,000.00"*.................. "AA") each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: 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 to such limitation as the Chairman or President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bond, recognizances and other surety obligations. Such attorneys -in- y fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and C execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if 'N signed by the President and attested to by the Secretary. 3 .0 Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the c Board, the Chairman, the President or by the officer or officers granting such power or authority. Ll No io •� ai oc d 3 w -13 On this 19th day of October , 2011 , before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged d that he is an Assistant Secretary of West American Insurance Company; that he knows the seal of said corporation; and that he executed the above Powers dN of Attorney and affixed the corporate seal of West American Insurance Company thereto with the authority and at the direction of said corporation. E N el c°4 above written. � ;: ,, g: „ 00 0 to c 0O By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: v Pursuant to Article IV, Section 12 of the By -Laws, David M. Carey, Assistant Secretary of West American Insurance Company, is hereby authorized ),,CI) to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety al) al any and all undertakings, bonds, recognizances and other surety obligations. C Q. o That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. Q�M Od IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of West a`� 0 American Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 1 sth day of October mi 2011 0 E WEST AMERICAN INSURANCE COMPANY By ,,,,zpf:4. David M. Carey, Aistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first By Teresa Pastella, Notary Public CERTIFICATE 1, the undersigned, Assistant Secretary of West American Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and 1 do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article IV, Section 12 of the By -Laws of West American Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of West American Insurance Company at a meeting duly called and held on the 15th day of February, 2011: VOTED that the 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. IN TE TIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 1 day of �� ,Jo12_. Gregory WrDavenport, Assistant Secretary MAINTENANCE BOND &c_D f o2.2.©3 7e THE STATE OF TEXAS COUNTY OF TARRANT That C. Green Scapinq, L.P. ("Contractor"), as principal, and e.43c 'C. rM2 Y‘ .ASUr f &.? CO , , a corporation organized under the laws of the State of •y(rl (gun&. , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Two Hundred Forty-four Thousand Forty-seven and no/100 Dollars ($244.047.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 17th of July, 2012, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Landscape and Pedestrian Enhancements Along West Rosedale Street from Lipscomb to South Jennings Streets the same being referred to herein and in said contract as the Work and being designated as project number(s) City Proiect No. 00459 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 4 counterparts, each of which shall be deemed an original, this 17th day of July, A.D.2012. ATTEST: (S E A L) tz Secretary ATTEST: (S E A L) Secretary C. Green Scapinq, L.P. Contractor By: Name: Title: /re5 c/Em Axvne,ri c r�.�1 '] i : Yre.�,Cs2_ C c Surety By: Name: ,�1'1JM�P(Vl Title: O-,Ya�f ti i No to 2 0 Address THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4940135 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. 4- N 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 to such limitation 0 as the Chairman or President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, to execute, seal, acknowledge and deliver as surety any and all undertakings, bond, recognizances and other surety obligations. Such attorneys -in- u fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and a) execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if 'y signed by the President and attested to by the Secretary. 3 .Q Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the c c co o By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: c.) '— Pursuant to Article IV, Section 12 of the By -Laws, David M. Carey, Assistant Secretary of West American Insurance Company, is hereby authorized >,W to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety W any and all undertakings, bonds, recognizances and other surety obligations. WEST AMERICAN INSURANCE COMPANY INDIANAPOLIS, INDIANA POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That West American Insurance Company (the "Company"), an Indianapolis stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JAMES E. KING, JEFF P. KING, MARK HUFF, ALL OF THE CITY OF DENTON, STATE OF TEXAS , 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 the penal sum not exceeding FIVE MILLION AND 00/100***`****"..............................**.....*...*......****......**..........** *'****DOLLARS ($ 5,000,000.00****........*......** "AA") each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: Board, the Chairman, the President or by the officer or officers granting such power or authority. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. O a Q M IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of West a`� C American Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 19th day of October cs 2011 �O E Vl p w 4- 0c 4- d �03 N On this 19th day of October , 2011 , before me, a Notary Public, personally came David M. Carey, to me known, and acknowledged O0 that he is an Assistant Secretary of West American Insurance Company; that he knows the seal of said corporation; and that he executed the above Power N of Attorney and affixed the corporate seal of West American Insurance Company thereto with the authority and at the direction of said corporation. N L M Oo v� ow H � COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY WEST AMERICAN INSURANCE COMPANY By David M. Carey, Asistant Secretary IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. CERTIFICATE By 4,1211,0 Teresa Pastella, Notary Public I, the undersigned, Assistant Secretaryof-West American Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article IV, Section 12 of the By -Laws of West American Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of West American Insurance Company at a meeting duly called and held on the 15w day of February, 2011: VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attomey 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. IN. TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said company, this day of Gregory W'Davenport, Assistant Secretary CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the 17th day of July A.D., 2012, by and between the CITY OF FORT WORTH, a home -rule municipal corporation situated in Tarrant County, Denton, Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"), and C. Green ScaninE, L.P., ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Landscape and Pedestrian Enhancements Along West Rosedale Street from Lipscomb to South Jennings Streets 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 240 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $210 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants. or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B, If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the Contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Two Hundred Forty-four Thousand Fortv-seven and no/100 Dollars, ($244,047.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 4 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 4 counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 17th day of July , A.D., 2012. APPROVAL RECOMMENDED: CITY OF FORT WORTH u, DIREC R, Transportation Publi/Works ATTEST: C. Green Scanina, L.P. 2401 Handley Ederville Rd. Fort Worth, TX 76118 CONTRACTOR BY: TITLE 24-d al i(V.4_, ADDRESS November 1960 Revised May 1986 Revised September 1992 FERNANDO COSTA, ASST CITY MANAGER CITY SECRETARY (S E A L) APPROVED AS TO FORM AND LEGALITY: uLt x DIA ASST. CITY ATTORNEY for c C-2 73I OFFICIAL RECORD MTV SECRETARY FT. IItfORTN9 Tt 08 — Appendices Reports Geotechnical Report July 29, 2009 Ms. 'Lori Gordon, RLA, ASLA Jacobs 777 Main Street Fort Worth, TX 76102-5304 Re: Geotechnical Investigation Rosedale Street Median Study Fort Worth, Texas WITE Project Number: E09-0609 Ms. Gordon: MAs-TEK Engineering & Associatess, Ph: (817)735-6153 Fax (817)735-6148 e-mail: Lori.Gpidon(a.lacobs.com Please find enclos_ed our report summarizing the results of the geotecnnical investigation performed at the above referenced project . We trust the recommendations derived from this Investigation will provide you with the linformation necessary to complete your proposed project sudcesSfully. We thank you for the opportunity to, prOVido. you with our professional 'services. if vvp can be of further assistance, please do ;not:hesitate to contact Us. Respectfully, IVIAS-TEK ENGINEERING & ASSOCIATES, INC. Project Manager Mark J. Ferro*, RE. Senior Geotechnical Consultant Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas, Texas 75247 972 709-7384 TABLE OF CONTENTS PAGE 1.0 INTRODUCTION 1 1.1 PROJECT DESCRIPTION 1 1.2 PURPOSE AND SCOPE 1 2.0 FIELD INVESTIGATION 1 3.0 LABORATORY TESTING 2 4.0 SITE AND SUBSURFACE CONDITIONS 2 4.1 GENERAL SITE CONDITIONS 2 4.2 SUBSURFACE CONDITIONS 2 4.3 SITE GEOLOGY 2 4.4 GROUNDWATER CONDITIONS 3 5.0 ANALYSES AND RECOMMENDATIONS 3 5.1 PERCOLATION TESTS 3 6.0 LIMITATIONS 5 ILLUSTRATIONS FIGURE PLAN OF BORINGS 1 LOGS OF BORINGS 2 thru 17 LEGEND - KEY TO LOG TERMS & SYMBOLS 18 SIEVE ANALYSES 19 thru 34 MAS-TEK ENGINEERING & ASSOCIATES E09-0609 GEOTECHNICAL INVESTIGATION ROSEDALE AVENUE MEDIAN IMPROVEMENTS CITY OF FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of landscaping improvements within the existing median of Rosedale Avenue in Fort Worth, Texas. The median improvements will extend from Forest Park Boulevard to I-35W. For the purpose of this investigation, we have assumed that the improvements will be installed at the current grades. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, and 3) perform percolation tests per FHA requirements to depths of 2.5 feet. This report was prepared in general accordance with Mas-Tek Engineering's Proposal P09- 0408 dated April 14, 2009. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling sixteen (16) test borings to depths of 10 feet in the median of Rosedale Avenue. Additionally, a 6-inch diameter hole was drilled to a depth of 2.5 feet in the vicinity of each boring for the purpose of performing the percolation test. A truck -mounted auger drill rig was used to advance these borings and to obtain samples for laboratory evaluation. The borings were located at the approximate locations shown on the Plan of Borings (Figure 1). The results of the boring program are presented on the Logs of Borings, Figures 2 thru 17. A key to the descriptive terms and symbols used on the logs is presented on Figure 18. MAS-TEK ENGINEERING & ASSOCIATES E09-0609 PAGE 1 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg limits tests, moisture content tests, and sieve analyses including the percent passing the #200 sieve. Hand penetrometer tests were also performed on the clay soil samples. The results of our testing program are presented on the Logs of Borings, Figures 2 through 17. 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS The project consists of landscaping improvements within the existing median of Rosedale Avenue in Fort Worth, Texas. The median improvements will extend from Forest Park Boulevard to I-35W. The existing median consists of grass that is maintained by the City of Fort Worth. See Plan of Borings (Figure 1) for site configuration and location. 4.2 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. 4.3 SITE GEOLOGY As shown on the Dallas sheet of the Geologic Atlas of Texas, the project extends over three (3) mapped formations. From west to east, those units are: alluvium (Qal); Weno Limestone and Denton Clay, undivided (Kpd); and Fort Worth Limestone and Duck Creek Formation, undivided (Kfd). The alluvium (Qal) is made up of flood -plain deposits which include gravel, sands, silts and silty clays. The other formations encountered consist of limestone, marl and clay units of varying thicknesses. MAS-TEK ENGINEERING & ASSOCIATES E09-0609 PAGE 2 4.4 GROUNDWATER CONDITIONS The borings were advanced using continuous flight auger methods. Advancement of the borings using these methods allows observation of the initial zones of seepage. Groundwater seepage was encountered at borings B-1 and B-4. Groundwater readings at 24 hours indicated the presence of groundwater at borings B-1 (trace), B-12 (trace), and B- 13 (8.5'). Groundwater was not encountered at the remaining boring locations. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions and rainfall. 5.0 ANALYSES AND RECOMMENDATIONS 5.1 PERCOLATION TESTS Percolation tests were performed near each of the sixteen (16) borings. The percolation tests were performed to FHA standards. The percolation test holes were 6" in diameter and extended to depths of 2.5 feet. After drilling, the holes were cleaned of excess soil cuttings. A thin layer of pea gravel was placed at the bottom of each test hole, and the test holes were then filled with water to a minimum depth of 12 inches and allowed to soak over night. After the overnight soak, the percolation tests were performed. Where the drop in water level was less than 1" in 30 minutes, the percolation test was extended and another reading was obtained after an additional 30 minutes per FHA testing requirements. Within the 2.5 foot test depth, the soils generally consisted of clay and sandy clay fill with varying amounts of limetone fragments and gravel. The clay and sandy clay soils are moderate to high plasticity soils that are relatively impervious in a fully saturated state. The results of the percolation tests are listed in Table 1 below. MAS-TEK ENGINEERING & ASSOCIATES E09-0609 PAGE 3 TABLE 1. RESULTS OF PERCOLATION TESTS TEST BORING PERCOLATION RATE, min/inch B-1 80 B-2 40 B-3 80 B-4 _ 30 B-5 120 B-6 240 B-7 240 B-8 34 B-9 30 B-10 40 B-11 80 B-12 60 B-13 60 B-14 480 B-15 480 B-16 80 Note 1: Variations in soil types and quantities of broken rock within random fill will result in varying percolation rates. Actual percolation rates were measured between a depth of 1.5' and 2.5 per FHA testing requirements. Note 2: Where seams of broken rock and sand were present within the 1.5' to 2.5' zone tested for percolation, percolation rates of 30 to 120 minutes per inch were measured. Where those seams were not present within the zone tested, percolation rates ranged from about 240 to 480 minutes per inch. Note 3: The intent of percolation tests is to test the permeability and percolation of uniform soil conditions. Due to the random nature of fill and the predominance of relatively impervious clay with varying amounts of sand, gravel and broken rock, the drain field should be designed for a predominant clay condition with poor percolation characteristics. It should be recognized that pockets and layers of pervious fill soils are randomly present across the project site. MAS-TEK ENGINEERING & ASSOCIATES E09-0609 PAGE 4 6.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the test borings. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering & Associates, Inc. should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of client, their client, and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. MAS-TEK ENGINEERING & ASSOCIATES E09-0609 PAGE 5 zn M5£-I_ �c „*S1S3 s Q cA SI(1011S (\j AV d. ^ !. Z S9N NN3fQtro fI SIA 1. rQ SIAVt1I O5.d11• ate)( 01S1V 3 _a 01N1d "39=1 l�l FLas-T'eec Engineering 8. Associates, Inc. CO uI tut c11 Project No: E09-0609 N121•_ 3931103 019N SVM z a r. FA' s Tit :•Wa{. GIN0, w co a 0{Nl A313)111 Nef1J1V Al� PLAN OF BORINGS ROSEDALE AVE MEDIAN IMPROVEMENTS — FORT WORTH FIGURE NO: I LOG OF -BORING B-1 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Date: 07/06/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring; Dry Depth to water when checked: 24 hour Depth to caving when checked: completion and 24 ELEVATION/ I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feel) & FIELD TEST DATA -0 -5 - 10 - 15 - 20 - 25 - 30 - 35 50/3" 5015.5" Ito 12/6" 50/5" 50/6" 50/0.5" DESCRIPTION Project No.: E09-0609 was: Trace was: 8' Dark brown CLAY and SANDY CLAY w/ some gravel and limestone fragments (FILL) Tan CLAY w/ limestone fragments (FILL) Tan SAND w/ broken rock (FILL) Tan weathered LIMESTONE w/ clay layers, fractured Boring terminated at 10' MC LL PL PI -200 DO P.PEN UNCON Strain % % % % pcf tsf ks( % 10 47 17 30 58 3.2 ^ 4 4 Notes: FIGURE:2 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-2 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Project No.: E09-0609 Date: 07/06/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ DEPTH (feet) - 5 - 10 -15 - 20 - 25 - 30 - 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 10/6" 12/6" 14/6" 20/6" 14/6" 7/6" 10/6" 18/6" 2016" Location: See Figure 1 was: Dry was: 9.5' DESCRIPTION Brown CLAY w/ sand & some limestone fragments T(FILL) Brown & tan sandy CLAY w/ broken rock, gravel & layers of broken rock (FILL) Tan calcareous CLAY w/ limestone fragments Tan sandy CLAY w/ limestone fragments Boring terminated at 10' MC LL PL PI -200 DD P.PEN UNCON Strain % % % % pcf 1st ksf % 12 47 17 30 57 4.5++ 4.5++ 9 4.5+ 12 4.5+ Notes: FIGURE:3 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-3 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Date: 07/06/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ I DEPTH (feet) 0 —5 —10 —15 — 20 — 25 — 30 — 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 7/6" 20/6" 50/1" DESCRIPTION Project No.: E09-0609 was: Dry was: 9' MC LL PL PI -200 DD P.PEN UNCON Strain % % % % pcf tsf ksf % Dark brown & light brown CLAY and SANDY CLAY w/ 14 some limestone fragments (FILL) 10 46 16 30 58 16 Tan & brown sandy CLAY w/ limestone fragments & pieces (FILL) 4.5++ 4.5++ 4.5++ 4.5+ 4.5+ 4.3 Light brown CLAY w/ limestone fragments & trace sand 4.5+ — (FILL) 3.3_ _ -r Light gray & tan CLAY w/ calcareous nodules Boring terminated at 10' Notes: FIGURE:4 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-4 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Project No.: E09-0609 Date: 07/06/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ I DEPTH (feet) 0 -5 -10 -15 - 20 - 25 -30 - 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 10/6" 1216" 6/6" Location: See Figure 1 was: Dry was: 9.5' DESCRIPTION Dark brown, brown & tan CLAY and SANDY CLAY w/ some limestone fragments & layers of broken limestone (FILL) Brown & gray CLAY w/ limestone fragments & orange sand (FILL) Boring terminated at 10' MC LL PL PI -200 DD P.PEN UNCON Strain % % % % pcf Isf ksf % 7 13 49 18 31 49 17 4.5++ 2.8 2.6 3.3 3.1 4.5++ 3.2 Notes: FIGURE:5 ALLIANCE GEOTECHNICAL GROUP Date: 07/06/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ I DEPTH (feet) 0 — 5 — 10 —15 — 20 — 25 —30 — 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA LOG OF BORING B-5 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Location: See Figure 1 DESCRIPTION Project No.: E09-0609 was: Dry was: 9.7' MC LL PL PI -200 DD P.PEN UNCON Strain % % % % pcf tsf ksf % Dark brown, brown and tan CLAY and SANDY CLAY w/ " trace gravel, limestone fragments and concrete (FILL) Moderately hard to hard tan weathered LIMESTONE, 8/6" fractured Tan & gray marly CLAY Hard gray LIMESTONE Boring terminated at 10' 14 45 17 28 63 14 4.5++ T - - 4.5++ 4.5++ 4.5++ Notes: FIGURE:6 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-6 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Location: See Figure 1 Date: 07/07/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION! SOSYMBOLS DEPTH (IL SAMPLER SYMBOLS (feet) & FIELD TEST DATA 0 - 5 - 10 - 15 -20 -25 - 30 -35 5011" 50/0.5" 15" 50/1" DESCRIPTION Project No.: E09-0609 was: Dry was: 7.8' MC LL PL PI -200 DD P.PEN UNCON Strain % % % % pcf Isf ksf % Brown CLAY w/ some sand, limestone fragments & brick 9 4.5++ \pieces (ALL) r 10 54 119 35 69---- Brown & tan CLAY w/ tan weathered limestone Hard tan weathered LIMESTONE Moderately hard to hard tan weathered LIMESTONE w/ clay layers & hard gray limestone seams, slightly fractured to fractured Boring terminated at 10' Notes: FIGURE:7 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-7 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Location: See Figure 1 Date: 07/07/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ I DEPTH (feet) -5 -10 -15 - 20 - 25 - 30 - 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION Project No.: E09-0609 was: Dry was: 9.2` Brown & tan CLAY and SANDY CLAY w/ some limestone fragments & some layers of broken rock (FILL) Moderately hard to hard tan weathered LIMESTONE w/ clay layers & hard gray limestone seams, slightly fractured to fractured Boring terminated at 10' MC LL PL PI -200 DD P.PEN UNCON Strain % % % pcf lsf ksf % 5 48 18 30 45 4.5++ Notes: FIGURE:8 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-8 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Project No.: E09-0609 Date: 07/07/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ DEPTH (feel) 0 - 5 10 -15 - 20 - 25 - 30 - 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA Location: See Figure 1 was: Dry was: 6.5' DESCRIPTION Broken LIMESTONE w/ sand and sandy clay (FILL) • MC LL PL PI -200 DD P.PEN UNCON Strain % % % % Pct tsf ksf 9 48 17 31 48 12 Brown CLAY w/ limestone pieces (FILL) Moderately hard to hard tan weathered LIMESTONE w/ clay layers, slightly fractured to fractured Hard tan weathered LIMESTONE Boring terminated at 10' 4.5++ 4.1 Notes: FIGURE:9 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-9 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Date: 07/07/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving'when checked: 24 hour ELEVATION/ I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feet) & FIELD TEST DATA -0 —5 —10 —15 — 20 — 25 — 30 —35 DESCRIPTION Dark brown & tan CLAY w/ some sand and trace limestone fragments (FILL) Broken LIMESTONE w/ brown clay (FILL) Brown CLAY Tan & brown calcareous CLAY Tan & light gray CLAY Boring terminated at 10' Project No.: E09-0609 was: Dry was: 9' MC LL PL -200 DD P.PEN UNCON Strain % % % FI % pcf tsf ksf % --- 4.5++ — --- 13 59 20 39 85 4.5++ ---------4.5+ 3.8 4.5+ Notes: FIGURE:10 ALLIANCE GEOTECHNICAL GROUP LAG Project: Rosedale Avenue Median Improvments Date: 07/0712009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ I DEPTH (feet) -0 -5 -10 -15 - 20 - 25 -30 -35 Notes: SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 10/6" 3216" 10/6" OF BORING B-10 - Ft. Worth, Texas Location: See Figure 1 DESCRIPTION Dark brown & brown CLAY and SANDY CLAY w/ limestone fragments & layers of broken limestone (FILL) Project No.: E09-0609 was: Dry was: 9.8' Tan & light gray marlv CLAY w/ calcareous deposits Boring terminated at 10' ALLIANCE GEOTECHNICAL GROUP MC LL PL PI % % -200 DD P.PEN UNCON Strain pef tsf ksf % 12 4.5++ 23 71 25 46 60 17 4.5++ 3.25 4.1 3.3 2.8 2.75 2.8 FIGURE:11 LOG Project: Rosedale Avenue Median Improvments Date: 07/07/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: ELEVATION! I DEPTH (feet) -0 -5 -10 -15 - 20 - 25 - 30 - 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 416" 7/6" OF BORING B-11 - Ft. Worth, Texas Location: See Figure 1 DESCRIPTION Brown & tan CLAY w/ some sand and limestone fragments (FILL) Brown CLAY w/ calcareous nodules Brown & tan CLAY w/ calcareous nodules Tan & light gray CLAY w/ calcareous nodules Boring terminated at 10' Project No.; E09-0609 was: Dry was: MC LL PL -200 OD P.PEN UNCON Strain % % % Pt % pcf tsf ksf % 22 66 22 44 70 30 4.5++ 4.5++ 1.6 1.8 1.9 2.1 2.2 3.0 Notes: FIGURE:12 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-12 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Project No.: E09-0609 Date: 07/07/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ I DEPTH (feet) 0 -5 -10 -15 - 20 - 25 -30 - 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA Location: See Figure 1 was: Trace was: 8.9' DESCRIPTION MC% % P% pi �00 OD pcf P.PEN UNtsfICON sf Strain Broken LIMESTONE w/ brown clay & sandy clay (FILL) 4.5++ 10 45 16 29 43 Tan & light gray CLAY w/ calcareous nodules (FILL) 50,15„ Moderately hard to hard tan weathered LIMESTONE w/ clay seams, slightly fractured to fractured Tan & gray shalev CLAY 50/3.25' Tan & gray marlv CLAY w/ limestone fragments Boring terminated at 10' 19 21 3.8 4.5+ 4.5++ Notes: s FIGURE:13 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-13 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Date: 07/07/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ DEPTH (feet) 0 -5 -10 -15 - 20 - 25 - 30 - 35 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 14/6" 8/6" 8/6" DESCRIPTION Project No.: E09-0609 was: 8.5' was: 9.0' MC LL PL Pt -200 DD P.PEN UNCON Strain % % % % pcf 1st ksf % Dark brown & brown CLAY and SANDY CLAY w/ some 12 T limestone fragments (FILL) Dark brown silty sandy CLAY Olive gray & tan CLAY w/ calcareous nodules - Light brown CLAY w/ calcareous nodules Boring terminated at 10' 24 74 27 47 53 25 4.5++ 2.8 2.8 3.1 4.1 4.5+ 2.25 Notes: FIGURE:14 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-14 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Project No.: E09-0609 Date: 07/07/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/. SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feel) & FIELD TEST DATA 0 -5 -10 -15 - 20 -25 - 30 - 35 18/6" 50/5" 14/6" 50/6" 50/4" Location: See Figure 1 was: Dry was: 8.5' DESCRIPTION Dark brown & brown CLAY and SANDY CLAY w/ some limestone fragments and trace wood (FILL) Tan & light gray calcareous CLAY w/ calcareous nodules Moderately hard to hard tan weathered LIMESTONE, w/ clay layers Boring terminated at 10' MC LL PL -200 OD P.PEN UNCON Strain % % % PI % pcf 1st ksf 9 47 17 30 60 13 4.5++ 3.4 3.1 3.75 Notes: FIGURE:15 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-15 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Date: 07/07/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: 24 hour ELEVATION/ I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feet) & FIELD TEST DATA _0 -5 -10 -15 - 20 - 25 - 30 - 35 5/6" 7/6 8/6" 20/6" 16/6" 18/6" DESCRIPTION Project No.: E09-0609 was: Dry was: 6.1' Dark brown & brown CLAY wl some sand, limestone fragments & calcareous nodules (FILL) ;os" Brown CLAY w/ light brown fine sand, limestone 10/6" ---fragments & gravel Moderately hard to hard tan weathered LIMESTONE, w/ 50/0, clay layers Boring terminated at 10' MC LL PL -200 DD P.PEN UNCON Strain % % % PI % pcf tsf kst 4.5++ 12 49 18 31 69 4.5++ 14 Notes: FIGURE:16 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-16 Project: Rosedale Avenue Median Improvments - Ft. Worth, Texas Project No.: E09-0609 Date: 07/07/2009 Elev.: Depth to water at completion of boring: Dry Depth to water when checked: 24 hour Depth to caving when checked: ELEVATION! I SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feel) & FIELD TEST DATA _0 -5 -10 - 15 - 20 - 25 - 30 - 35 Location: See Figure 1 was: Dry was: DESCRIPTION Dark brown & brown CLAY and SANDY CLAY w/ some limestone fragments (FILL) Light brown & tan CLAY w/ calcareous nodules Light brown & tan marlv CLAY Boring terminated at 10' MC LL PL PI -200 DD P.PEN UNCON Strain % % % % pcf tsf ksf % 9 12 46 17 29 62 13 ' 4.5++ 4.5++ 4.5++ 4.5++ 3.6 3.6 3.4—' 3.1 -------- 4.5++ ---- 4.5++ Notes: FIGURE:17 ALLIANCE GEOTECHNICAL GROUP Symbol Description Strata symbols NMPAWAS riiiWM pow I I I ice►oii OftrAINU MINAMV MXMOM IO4PA. Notes: CLAY & SAND CLAY SAND LIMESTONE, weathered CLAY, sandy KEY TO LOG TERMS & SYMBOLS Symbol Description Calcareous CLAY Marly Clay Limestone Broken Limestone, Fill CLAY, shaley Silty Sandy CLAY Misc. Symbols Depth to caving Water table when checked Soil Samplers X Thin Wall Shelby Tube Standard Penetration Test Auger THD Cone Penetration Test 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples boring logs. Abbreviations used are: DD = natural dry density (pcf) MC = natural moisture content (%) Uncon.= unconfined compression (tsf) P.Pen.= hand penetrometer (tsf) recovered are reported on the LL = liquid limit (%) PL = plastic limit (%) PI = plasticity index -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:18 ALLIANCE GEOTECHNICAL GROUP Percent Finer by Weight 100 90 80 70 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N d' 'd' N O (o ( r M M 60 50 40 • 30 -- 20 — 10 — 0 If 1000 100 10 1 0.1 0.01 0,001 Grain Size - mm Legend --O Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-1 0-1 14.5 27.2 58.3 Legend Boring No Depth Material Description . USGS —0 B-1 0-1 RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 19 Percent Finer by Weight 100 90 U.S. Standard Sieve co (. 80 — 70 60 50 40 — 30 — 20 10 m CO M U.S. Standard Sieve Numbers Hydrometer O O O O N 0 c" 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-2 1-2 17.7 25.7 56.6 —E —0- Legend Boring No Depth Material Description USCS B-2 1-2 1--D 1 -0 RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 20 Percent Finer by Weight 100 90 - 80 - 70 60 50 40 - 30 - 20 10- U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer co r e- 54: O CD M M d' ,-- N d- O O O N 0.- 4' 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-3 2-3 18.1 23.5 58.4 —D --O Legend Boring No Depth Material Description USCS B-3 2-3 —p —0 RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 21 Percent Finer by Weight 100 90 80 — 70 — 60 - 50 — 40 — 30 20- U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N `V COT p O O OO CO C'' M cY) V N ,t N 10 -- 0 9- 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-4 2-3 15.2 35.4 49.4 —E —0 Legend Boring No Depth Material Description USCS L. B-4 2-3 ---D --p l RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 22 Percent Finer by Weight 100 90 80 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N .d. O O O O CO a ._ CO CO d' N .. O 70 -- - 60 50 40 30 20 10 0 cl 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand % -#200 LL Pt B-5 2-3 8.8 28.2 63.0 —O I Legend Boring No Depth Material Description USCS I B-5 2-3 —E RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 23 Percent Finer by Weight 100 90 80 -- 70 • 60 50 — • 40 30 — U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer m v ▪ CO CDO CO CO•,r r N a N 20 — 10 0 . ct 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend --p —0 Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-6 1-2 15.8 14.9 69.3 Legend Boring No Depth Material Description USCS B-6 1-2 —O RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 24 Percent Finer by Weight U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N o 0 (O (+ •r M M V N 100 90 80 .� 70 60 50 40 30 20 10 0 .— ---- r. 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-7 1-2 26.8 28.1 45.1 ---El --O Legend Boring No Depth Material Description USCS B-7 1-2 ---D —o RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 25 Percent Finer by Weight 100 90 — 80 — 70 -- 60 — 50 — 40 30 20 10 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N CO CD 0 0 t0 K v— th C) � C N 'd' N 0 ---- 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand % -#200 LL PI ;1 B-8 0-1 22.6 29.0 48.4 —D —0 Legend Boring No Depth. Material Description USCS % B-8 0-1 ---CI —Q RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 26 Percent Finer by Weight 100 • 90 — 80 70 60 50 40 — 30 20 10 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N to r c= v CO r) O O N 0 rr 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend —0 Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-9 1-2 1.9 13.1 85.0 Legend Boring No Depth Material Description USCS B-9 1-2 —o RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 1 FIGURE 27 Percent Finer by Weight 100 90 80 70 60 50 40 30 20 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N CO CO C. C9 C`-5 V. N VO' O O N 10- 0 --- —4L - 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-10 1-2 5.5 34.4 60.1 —El —O Legend Boring No Depth Material Description USCS B-10 1-2 --O RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 28 Percent Finer by Weight 100 90 80 — 70 60 50 40 30 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer co r �= M 20 — 10 O N 0 C 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand % 4200 LL PI B-11 2-3 12.5 17.6 69.9 --fl —0 Legend Boring No Depth Material Description USCS B-11 2-3 —0 RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 29 Percent Finer by Weight 100 90-- 80 70 — 60 - — 50 40 30 20 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer co r N ,r N 10- 0 -• .-- y — 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth, ft % Gravel % Sand ( % 4200 LL PI B-12 1-2 22.4 35.0 42.6 -HD I-� Legend Boring No Depth Material Description USCS B-12 1-2 —p —O RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 30 100 90 80 70 a) 60 50 40 cu d a 30 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N d' CO C- CD o (' c- COCt) .4- rN d' A 20 -- 10- 0— NtN O O O N 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm I Legend Boring No Depth, ft % Gravel % Sand % -#200 LL PI B-13 2-3 7.4 39.6 53.0 —D —Q Legend Boring No Depth Material Description USCS B-13 2-3 --CI —0 RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 31 Percent Finer by Weight 100 90 -- 80 70 60 -- 50 40 30 20 — 10- 0 —•- 1000 ILegend I —O U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer (O C <. CO CO O N 100 10 1 0.1 0.01 0.001 Grain Size - mm Boring No Depth, ft % Gravel % Sand % -#200 B-14 2-3 13.5 26.3 60.2 LL PI Legend Boring No Depth Material Description USCS I B-14 2-3 I --CI I —0 RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 32 Percent Finer by Weight 100 90 80 70 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer co r 60 - 50 40 • CO M M o 0 0 N 'd' • N 30 — 20 — 10 1000 100 10 1 Grain Size - mm 0.1 0.01 0.001 I Legend Boring No Depth, ft % Gravel % Sand % -#200 LL PI I B-15 2-3 12.3 19.2 68.5 I --El I -0 Legend Boring No Depth Material Description USCS B-15 2-3 —G7 —0 RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 , FIGURE 33 Percent Finer by Weight 100 90 --- 80 70 60 50 40 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer CO C N CO CO CO 30 — N C. • O O N 20 — 10— 0 ' —1.- — — 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend - -E Legend - --El ---0- Boring No Depth, ft % Gravel B-16 1-2 14.7 % Sand % -#200 LL PI 23.4 61.9 Boring No Depth Material Description USCS B-16 1-2 RESULTS OF SIEVE ANALYSIS Rosedale Avenue E09-0609 Alliance Geotechnical Group E09-0609 I FIGURE 34