Loading...
HomeMy WebLinkAboutContract 45620 (2)CITY SECRETARY �/ D.O.E. Fil�� CONTRA�i�R'S ��3f�CtI�+Cy �+�. CONSTRUCTION'S COP'Y CLIENT DEPARTMENi �� ����� �ONTE3��T ��. �� �� � � ,�,, �QRT` �ORTH PR4JECT MANUAL FOR THE CONSTRUCTIQN OF PROVINE OUTFALL DRAINAINGE IMPR4VMENTS City Project No. 00703 DOE No. 5694 Betsy Price Tom Higgu�s Mayor Interim City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Departme�it Prepared for The City af Fort Worth 2014 �_ -- --. - ��FICI��- ��CAR�' CI'�Y �I���'�''4' ��' `�a��'�I� �'i�. AECUM Technical Services, Inc. 1200 Sammit Avenue, Suite 600 Fort V�'orth, Texas 76102 TBi'E Reg. l�o. F-3580 R��EIVEp (yAY2 � 1 014 -_....._ - � C�i'' l?-' / 00 00 00 - i TABLE OF CONTENTS Page 1 of 5 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractar Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division Ol - General Requirements Ol 11 00 Summary of Work Ol 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Progress Schedule O1 32 33 Preconstruction Video O1 33 00 Submittals 01 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services Ol 50 00 Temporary Facilities and Controls Ol 55 26 Sh•eet Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage 01 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization O1 71 23 Construction Staking and Survey O1 74 23 Cleaning 01 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data C(TY OP FORT WORTH PROVING OUTFALL DRAINAGG IMP20VMENTS STANDARD CONSTRUCi'ION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 000000-2 TABLE OF CONTENTS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 O1 78 39 Project Record Documents Technical Specifications which have been modified or included by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents . � . � . Division 31- Earthwork Rock Excavation and Disposal Special Specification Division 33 - Utilities 33 OS 10 Utility Trench Excavation, Embedment and Backfill 33 OS 13 Frame, Cover and Grade Rings 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 9999.0001 Vibration Monitoring Special Specification Parks Department Specifications 02200 Site Preparation 02300 Earthwork 02930 Seeding Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:Uproj ectpoint.buzzsaw.com/client/fortworth�ov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair e� �e ee ��„a:���.;,,.,� .,, ��:�+;.,,. r * �+ * Division 26 - Electrical �tl cTJ-vv �.v...�.,... \II..«l. D,.�.,1�,. F',...�C_�lc,.� CtTY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVMENT'S STANDARD CONS'I'RUCTION SPECIF[CA7'ION DOCUMENTS C(TY PROJECT No. 00903 Revised December 20, 2012 000000-3 TABLE OF CONTENTS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 1% Ig 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Division 31 - Earthwork 31 10 00 Site Clearing �Y �j LO�-�I'IGiLF.��JLrICix L"7CGZtV'QCYC7i �Tz-�i� D..««...., sr� n-v�—�'"'arrrvinriEiTl�� 31 25 00 Erosion and Sediment Control �-� �� ee—�P Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 O1 29 Concrete Paving Repair �� � � �� --�'�e�i�e-�as�Ee�se� �� � �9—�n;�reate�-�se-C-e�ses �� � ��� �czii2�lt�'T2&� a R„�o n„ �i ii-��—�iS��i*r-�zra�-ii�cizci,�' vcuiircciS 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps �� ��-,z3 �o v,,..:,,,. T,.:.,, co.,i.,.,*� 32 16 13 Concrete Curb and Gutters and Valley Gutters �� �-,��-3 0.,, r,r,,..i.:,,,.� ��3z--�� C-l��-�e�c� ~�Res ��-3 :-z�", ;Te-�e�ses-a��tes 32 31 29 Wood Fences and Gates 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 3 �-5��� �ee � ��--�-m;�-n�s Division 33 - Utilities 3�-8-�-��� lese� E}rs ��'�r���„-��r��n�es�;�n �� n� �n a.,„.,�� n,,..,..:.,n „f�.,;�,;,,,� co,.,o,. c..�ro,m.� �� ..� .., �.� f,u�� � u�:.Y,T �� � iCi �61T3�noizai'i�uira �iccciii.z[i-i�viucivir �3 84 � � �esic�rC-e�t�e' T����� 3�-84 'r� ��4�tes��t� z4i��z��� a• D � +;,,,,� +�w. �1C�aiC—j-cvccccry sccnT 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains ��-�i-�� rio.,,,;,,,. „�co..,o« n�.,;,,� 3J� e� �'+y l7�ni4 T cni.ii u...,...u�iv �::��un� * a n v�ll �� ^, � , , '}'} � , , J J��T� �I'IE"�'C'�� .�`txRLC••« \� 33-��-?--�onc-�e+���s CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT' No. 00703 Revised December 2Q 2012 000000-4 TABLE OF CONTENTS Page4 of5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2� 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 ��� ''z:—�'=�=� '�.?e�-��e Z'2 !1G 'l� T„�t.,11.,4;�., ..� ('.,«..:�,,. D7.�.o ;„ ('�.,�:„,. „ T, 1 T ' Dl � �� v � auo�uuu 3����� T i�il;t., TA.,..1,�«�/T .,.,.,4.,«� 33 OS 30 Location of Existing Utilities ��T� B-S�--�t� �.r„+� �SIEGi� 33 }} }9- ���ne—�r^^�� �� 1-1-� T—BAstne �..,,,, � •,+•.,,,� � o« ��� � , �� ii i4 R.,r;o.7 C+ool D;,.o �,,.7 L`:++;.,..� 33 12 10 Water Services 1-inch to 2-inch 33 }� } } r ., o �x�.,�o,. n�o.o«� �3 � � �0 Res�-l-te�t-S e�t ed-C-��t�e-�a�e �� �� �� �xnx�n D„��o,. co.,�oa ❑,,,+o,.fl., ��.,t �������«���� 33 �� �� �'e��e��;r���«��J-�^«�'`�;; �����-i r-Li�2�--1'I3--�cc-�c"P �ctcin� ��� , co..,o.. ci•.. r : �3���� ��1i�j�c c ' � r•,,.,� a c ' r• �v— c�crv'-�Tocr`v'-�c�cvnn�cci-vrr�-ccna-c.�c■=v'rca.—cmc �3��� �s� �t3-�ae��e�e-�e�e-�b4a-�ke�es �3�-�-� �Tee-���Ee�e-�e� "�� 33��n �:tio,.,.i.,�� rn.,.,�,,,�o� n � rt,.,.,,�.o,. i�x� n r� ���5'� .P�Vti�ei z cccc�.rcrcccrrxvcr-��rc�J ���-�-�9 �,,,,.,., r; o ��.. c.,�;�.,,.., co..,o.. c,,.. � 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts �� 4} } } ���}i �B�iSi�Doi�c+rr�'r'y'icirc ��nr��� i-n-aivc-nrax�snrz �� q� ee �„�,ar�;,,�,�o �3 4g� � S-}e�t�ed-�*��s 3� 4��� �'�•�nsh B�-a:�.;s� 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Neadwalls and Wingwalls Division 34 - Transportation �4 4-1-�n n,a rtt •�•,.� n t,t•� v rcoucr`v'v=ir'y-i�crorrrt�sciiimics 34 71 13 Traffic Control C[TY OF FORT WORTH PROVINE OUTEALL DRAINAGE IMPROVMENTS STANDARD CONSTRUCTION SPEC[FICAT'ION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 000000-5 TABLE OF CONTENTS Page 5 of 5 1 Division 39 — Field Order Allowance 2 39 00 03 Storm Water Field Order Allowance 3 4 Appendix 5 GC-4.01 Availability of Lands 6 GC-4.02 Subsurface and Physical Conditions 7 GC-4.04 Underground Facilities 8 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 9 GC-6.07 Wage Rates 10 GR-Ol 60 00 Product Requirements 11 12 END OF SECTION C[TY OF FOR'C WORTH PROVINE OUTFALL DRAINAGE IMPROVMENTS STANDARD CONSTRUC'I'[ON SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 M&C Review CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 5/13/2014 � DATE: 5/13/2014 REFERENCE NO.. CODE: C TYPE: **C-26798 LOG NAME: CONSENT PUBLIC HEARING: Page 1 of 2 Official site of the City of Fort Woith, Texas FORT `�'ORTI I -��- 20SW PROVINE OUTFALL_CONSTRUCTION NO SUBJECT: Authorize Execution of a Contract with S.J. Louis Construction of Texas Ltd., in the Amount of $531,877.00 for the Construction of Provine Outfall Drainage Improvements and Provide for Contingencies and Construction Services for a Total Project in the Amount of $646,877.00 (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with S. J. Louis Construction of Texas Ltd., in the amount of $531,877.00 for the construction of Provine Outfall Drainage Improvements. DISCUSSION: The purpose of this Mayor and Council Communication is to authorize the execution of a contract with S. J. Louis Construction of Texas Ltd., in the amount of $531,877.00. The construction of this project will provide adequate storm drain capacity to address property and roadway flooding on a portion of Provine Street in the Akers and Paxton Subdivision. This project was advertised for bid in the Fort Worth Star-Telegram on January 23, 2014 and January 30, 2014. On February 20, 2014, the following bids were received: BIDDERS S. J. Louis Construction of Texas Ltd. Atkins Bros. Equipment Co., Ltd Jackson Construction, Ltd. BID AMOUNT $531,877.00 $804,415.00 $861,585.00 It is recommended that a contract be awarded in the amount of $531,877.00 to S. J. Louis Construction of Texas Ltd. Costs for the implementation of this project will be funded by the Stormwater Capital Projects Bond Fund. The recommended contract award amount includes a pre-established field order allowance of $42,000.00. Other budget items beyond the construction contract amount include $85,000.00 for construction management, surveying, material testing, and inspections and $30,000.00 for contingency. The total project budget is $646,877.00. M/WBE Office - S. J. Louis Construction of Texas Ltd., is in compliance with the City's BDE Ordinance by committing to seven percent MBE participation. The City's MBE goal on this project is seven percent. This project is located in COUNCIL DISTRICT 8, Mapsco 331 D8. http://www.fortworthgov.org/council�acket/mc_review.asp?ID=19692&councildate=5/13/2014 5/14/2014 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Stormwater Capital Projects Bond Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P227 541200 208280070383 $531,877.00 Submitted for City Manager's Office b� Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Debbie Willhelm (2481) ATTACHMENTS 00703 Provine Outfall Map.pdf � ' http://www.fortworthgov.org/council�acket/mc review.asp?ID=19692&councildate=5/13/2014 5/14/2014 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM N0.1 To the Plans, Specifications and Contract Documents PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PR�JECT NO.: 00703 DOE NO.: 5694 Bid Date: February 20, 2014 Addendum No.1 Issued: February 7, 2014 The Plans, Specifications and Contract Documents for the above mentioned project are hereby revised or amended as follows: CONTRACT DOCUMENTS: �. SECTION 00 41 00 BID FORM - Item 4. Time of Compietion - The time in which the Work must be performed has been lengthened. The Work will be complete for Final Acceptance within 180 calendar days. z. SECTION 00 42 43 PROPOSAL FORM - Bid Item 9999.XXXX (rrigation Repair has been removed. This Work wiil be covered under bid item 9999.0097 Storm Drainage Field Order Allowance. A revised Excel spreadsheet of the proposal form will be uploaded to Buzzsaw, s. SECTION 00 52 43 AGREEMENT - Article 3.2 Final Acceptance- The time in which the Work must be performed has been lengthened. The Work will be complete for Final Acceptance within 180 calendar days. CLARI�ICATIONS TO THE CONS7RUCTION PLANS 1. Sheet 23 - Top Soil depth on RCB Sewer Trench Detail with CLSM Backfill shall be increased from 4" to 12" for Storm Sewer wi#hin Park (imits or within ofher unpaved areas. 2. Sheet 24 - Top Soi( depth on HDPE Sewer Trench Detail with CLSM Backfill shall be increased from 4" to 12" for Storm Sewer within Park limits or within other unpaved areas. This Addendum, forms part of the Contract Documents for the ahove referenced project and modifies the original Plans, Specifications and Contract Documents. Bidder shail acknowtedge receipt of this addendum by completing the requested information at the foilowing locations: 1. In the space provided on the signature page of Section 00 41 00 BID FORM. 2. Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM N0.1" 3. Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal. Failure to acknowiedge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resufting in disqualification. Addendum No. 1 Page 1 of 2 February 7, 2014 RECI�PT ACKNOWLEDGEMENT: ��.. V ����,C�� By: Les V. Whitman, General Manager Company: S.J. Louis Construction of Texas,Ltd. Douglas W. Wiersig, PE DIRECTOR TRANSPORTATION & PUBLIC WORKS DEP7 By:_ C�� � Debbie J. Willhe , P.E.���� Project Manager Addendum No. 1 Page 2 of 2 February 7, 2014 0011 13-i [NVITATION TO B[DDERS Page 1 of2 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of PROVINE OUTFALL DRAINGE IMPROVMENTS (CITY PROJECT No. 00703) will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, February 20, 2014, and bids will be opened pubiicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: -Drainage improvements consisting of 709 LF 42" HDPE Storm Drain and 29 LF 4'x3' RCB -Removal and replacement of 1820 SF concrete and 540 SF of asphalt PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined ar obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworth o� v.org/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from AECOM Technical Services, Inc., 1200 Summit Ave, Suite 600, Fort Worth, TX 76012. The cost of bidding and contract documents is $l00 per set (non-refundable). PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: February 4, 2014 TIME: 2: 00 PM PLACE: Ciry Hall 1000 Throckmorton Street. Fort Worth, Texas 76102 LOCATION: City Hall TPW Room 270 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. CtTY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS C[TY PROJECT No. 00703 Revised July 1, 201 I 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 INQUIRIES 3 All inquiries relative to this procurement should be addressed to the following: 4 Attn: Debbie Willhelm, PE, City of Fort Worth 5 Email: debbie.willhelm@fortworthtexas.gov 6 Phone:817-392-2481 7 AND/OR 8 Attn: Greg Crews, PE, AECOM Technical Services, Inc. 9 Email: greg.crews@aecom.com 10 Phone:972-735-3031 11 12 ADVERTISEMENT DAT�S 13 January 23, 2014 14 January 30, 2014 15 16 END OF SECTION CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMEN'PS CITY PROJECT No. 00703 Revised July I , 2011 002113-I INSTRUCTIONS TO BIDDERS Page 1 of 10 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successfui Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1. l. Paving — Requirements document located at; https://proj ectpoint.buzzsaw.com/foi�tworth�ov/Resources/02%20- %20Construction%20Documents/Contractor%20Prequalification/TP W%20Paving %20Cont1•actor%20Prequal ification%20Pro�ram/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public rrs�.i.�:�:ee�s!fr�: . . . — :,� C[TY OF F02T WORTH PROVINE OUTFALC DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised November 27, 2012 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0021 13-2 [NSTRUCT[ONS TO BIDDE2S Page 2 of 10 }l� ' 6� EilTi�.-�iciZz':Ji.'vJ�^v�1�63't�V6;hc r��-c,YOl�i'8@5i8��..-�i�U�- ��.8i1StI'L1Gt18}3��6-iBBeELIl?}@t1ts��;8i�3'&��ozLE�f@��' ,f;••'n.,-aii^vr=�r�-i i�—�v 7a��}�%Vl�lg °�e�BC t�tr-aet •ei%a�9P-r-�t��l+fi�atiet�%o�9��e� ��P1.�r'-Qo =�I�IC��I�3I�1%s�9I��Q � rro�n,r�rr`�°�;,��vn,r��i��gP�VIF1�°a�8C9I�1`F����F9��:�DF? �t� �ir.-2,--tv a.,�-.- 3.1.3. Water and Sanitary Sewer — Requirements document located at; https://proj ectpoint.buzzsaw.com/fortworth�ov/Resources/02%20- %20Construction%20Documents/Contractor%20Prequal ificati on/Watei•%20and%2 OSanitar%o20Sewer%20Contractor%20Pre ualification%20Pro •�/WSS%20�re _ual%20��equirements.doc? ublic 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identifed in Section 00 45 I 1, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragaph 6.1. 33. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalifcation, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: Vibration Monitoring Rock Excavation and Dzsposal 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONS'CRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised November 27. 2012 t 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 0021 13-3 1NSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4.Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will afFirmativeiy insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of award. 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. C[TY OF F02T WORTH P20V[NE OUTFALL DRAINAGE IMP20VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised November 27, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain ail information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents ai•e generally sufftcient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. C[TY OF FORT WORTH PROVWE OUTFALL DRA[NAGE IMP20VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised November 27. 2012 0021 13-5 [NST[tUCT10NS TO BIDDERS Page 5 of 10 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 4.4. Th� provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Conti•act Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 53. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Debbie Willhelm, PE Email: Debbie.willhelm@fortworthtexas.gov Phone:817-392-2481 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY OF FORT W02TH PROVINE OUTFAL,L DRAINAGE IMPROVEMENTS S'I'ANDARD CONSTRUCT[ON SPECIFiCATION DOCUMENTS CITY PROJECT No. 00703 Revised November 27, 2012 0021 13-6 [NSTRUCTIONS TO BIDDERS Page 6 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 6.3. Addenda or clarifications may be posted via Buzzsaw at: https://projecipoint.buzzsaw.com/client/foytworthgov/Infi�astr•uciure Projects/00703 - Provine Drainczge bnp��ovements/Pr°oject Drawings/Addenda Drawings. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defauits. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. S. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipmenY described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section Ol 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others CI'I'Y OF FORT WORTH P20V[NE OUTFALL DRA[NAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised November 27, 2012 0021 13-7 1NSTRUCTIONS'I'O BIDDERS Page 7 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small 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 and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by tlie City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt fi•om the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shail be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shail be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. CITY OF FORT WORTH PROVINE OUTFALI. DRA[NAGE IMPROVEMENTS STANDARU CONSTRUCTION SPECIFICAT[ON DOCUMENTS C[TY P20JGCT No. 00703 Revised November 27, 2012 0021 13-8 INS'I'RUCTIONS TO BIDDERS Page 8 of 10 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duiy executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of tl�e amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance Ali Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY OF F02T' WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised November 27, 2012 002113-9 WSTRUCTIONS TO B[DDERS Page 9 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe thaf collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materiais and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nom•esident Bidder's bid is lower than the lowest bid submitted by a responsible Texas 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. CITY OF FORT WORTF{ PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIPICATION DOCUMEN7'S CITY PROJECT No. 00703 Revised November 27, 2012 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 18 00 21 13 - 10 [NSTRUCTIONS TO B[DDERS Page 10 of l0 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH PROV[NE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised November 27. 2012 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. h ttp: Uwww. eth i cs. state. Uc. u s/fo rm s/C I G�. pd f http://www. ethics. state.tx. us/forms/CI S. pdf ❑ � ❑ a BIDDER: CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary S.J. Louis Construction of Texas, Ltd. 520 South 6th Avenue Mansfield, Texas 76063 By: Les V. Whitman Signature: ,G.J `'��z(��i��2.H-- 0 ' Title: General Manager END OF SEC710N CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Proposal Workbook.xls C N LICi I T i lJ il0 I For vendor or other person doing business with local governmenfal entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowing�y violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. N/A ❑ Check this box if you are filing an update to a previousiy filed questionnaire. •- � OFFICE USE ONLY Date Received N/A �The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has employment or business relationship. N /� Name of Officer This section (item 3 including subparts A, B, C& D) must be compieted for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? � Yes � No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? � Yes � No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? � Yes � No D. Describe each employment or business relationship with the local government officer named in this section. ��� IN1����s Les V. Whitman Signature of person doing business with the govemmental entity 02/20/2014 Date Adopted 06/29/2007 L L !1 N i �IC FO I LI i 1 L lJ T T T (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. O�FICEUSEONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176, Local Government Code. � Name of Locai Government Officer N/A 2 Office Held N/A 3 IVame of person described by Sections 176.002(a) and 176.003(a), Local Government Code N/A 4 Description of the nature and extent of employment or other business relationship with person named in item 3 N/A 5 List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed $250 during the 12-month period described by Section 176.003(a)(2)(B) Date Gift Accepted N�A Description of Gift N/A Date GiftAccepted N�A Description of Gift N/A Date GiftAccepted N�A Description of Gift N/A (attach additional forms as necessary) 6 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to a family member (as defined by Section 176.001(2), �ocai Government Code) of this local government officer. I also acknowiedge that this statement covers the 12-month period described by Section 176.003(a), Local Government Code. N/A Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said N�A , this the N/A day of N�A , 20 N/A , to certify which, witness my hand and seal of office. N/A N/A N/A Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Adopted 06/29/2007 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of the local governmental entity; or an employee of a local governmental entity with respect to whom the local governmental entity has, in accordance with Section 176.005, extended the requirements of Sections 176.003 and 176.004. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a Class C misdemeanor. Please refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. � � �_ � . �. ; The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of person described by Sections 176.002(a) and 176.003(a), Local Government Code. Enter the name of the person described by Section 176.002, Local Government Code with whom the officer has an employment or other business relationship as described by Section 176.003(a), Local Government Code. 4. Description of the nature and extent of employment or business relationship with person named in item 3. Describe the nature and extent of the employment or other business relationship with the person in item 3 as described by Section 176.003(a), Local Government Code. 5. List gifts accepted, excluding gifts described by S�ction 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed $250. List gifts accepted during the 12-month period (described by Section 176.003(a), Local Government Code) by the local government officer or family member of the officer, excluding gifts described by Section 176.003(a-1), from the person named in item 3 that in the aggregate exceed $250 in value. 6. Affidavit. Signature of tocal governrnent officer. Adopted 06/29/2007 UNs4P11hnnUS CONSENT i0 ACTION IN LI�U UF ANNUAL MEETING OF 1"HE MEI�IBERS AND GOVERNORS OF S. J. Louis, LLC November 8, 2013 The governors and members of S. J. Louis, LLC, by unanimous written consent, take the following action, as if a meeting had been properly called pursuant to notice and all governors and members entitled to vote on the matters presented herein had been present and voting in favor of such action. RESOLVED, that the following persons are hereby appointed or re-appointed to the offices of this Company set opposite their respective names to hold office until their respective successors are chosen and qualify: James L. Schueller Les V. Whitman David Dickerson Stephen Kohler Peter Stahl Donald Meyer Phi(ips J. Vallakalil Gevan McCoy Kyle Duke Jim Smith President / Chief Manager Executive Vice President / General Manager Vice President / South Texas Area Manager Vice President / North Texas Area Manager Vice President J North Texas Area Manager Chief Financial Officer / Secretary ! Treasurer Secretary / Treasurer / Contracts Director Vice President / Tunnel Group Manager Vice President of Safety and Risk Management Vice President of Equipment and Trucking There are no other officers of S. J. Louis, LLC. RESOLVED FURTHER, the Executive Vice President of the Company shall assume all duties af the Presideni and Chief Manager in the event of the death or disability of the current President / Chief Manager, as defined in that Unanimous ; Consent dated January 1, 2005. RESOLVED FURTHER, that the President, Executive Vice President, and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the perFormance of the business of S.J. Louis, LLC, the General Parkner of S.J. Louis Construction of Texas, Ltd.. RESOLVED FURTHER, Philips J. Vallakalil as Secretary, David Dickerson, Stephen Kohler, Gevan McCoy, Clifford Tubbs, and Pete Stahl are authorized to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to canstruct and manage construction jobs for S.J. Louis Construction of Texas, Ltd. Page 1 of 2 SJ Louis LLC 11-8-13 TX Consent RESOLVED FURTHER, Adam Lunsford, Lucas Menebroker, and Justin Whtiman ' are authorized to sign Construction Bids for S. J. Louis Construction of Texas Ltd. projects. RESOLVED FURTHER, that all prior signature authorizations are herein deleted, denied, and superseded by this Unanimous Consent to Action. RESOLVED FURTHER, all acts pursuant thereto taken by members of the Board ' of Governors or by Officers of the Company since the last recorded meeting, are '� ` hereby ratified and approved in all respects. IN WITNESS WHEREOF, the undersigned, constituting all of the governors and members of the Company entitled to vote on the matters presented herein, have executed this Unanimous Consent to Action ln Lieu of Annual Meeting, effective November 8ih, 2013. BOARD OF GOVERNORS: James Schueller, Governvr Page 2 of 2 SJ Louis LLC 11-8-13 TX Consent i 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, 7exas 76102 FOR: PROVINE OUTFALL DRAINAGE IMPROVEMENTS City Project No.: 703 Units/Sections: UNIT 1 - DRAINAGE 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents ' for the Bid Price and within the Contract Time indicated in this Bid and in accardance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDbERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 6id Propo � Addendum #1 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectiy, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed oniy by prequalified contractors and subcontractors: a. Water Distribution, 8" diamter and smaller b. Asphait Paving Reconstruction < 15,000 SY 4. Time of Completion 4.1. The Work will be compiete for Final Acceptance within 180 calendar days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT�ON DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls Addendum #1 00 41 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. E�.valur.�tic�r� ��i niternatE; I�jid Itcins <use this if applicable, othErwise delete> Total Base Bid <use this if applicable, otherwise delete ��$j�� -T s3��E31% � �� Alternate Bid <use this if applicable, otherwise delete> #�REF! N�fE Deductive Alternate<use this if applicable, otherwise #&�Fl n1/q. Additive Aitemate <use this if applicable, otheiwise #F��F! relli} Total Bid ���� $9xd0 ��.�?i1,��%.� � f�1✓ 7. Bid Submittal This Bid is submitted on 02/20/2014 by the entity named below. Respectfully submitted, By: � ����/��Z�� (Signature) Les V. Whitman (Printed Name) Title: General Manager Company: S.J. Louis Constri�cfion of Te�s ,Ltd. Address: 520 S. 6th Avenue Mansfield, Texas 76063 State of Incorporation: Texas Email: lesw@sjlouis.com Phone: 817-477-0320 END OF SECTION Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: 02/07/2014 �� Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Woricbook.xls SECTION 00 42 43 PROPOSALFORM Addendum No.l ' UNIT PRICE BID Addendwn kl 00 42 43 BID PROPOSAL Page 1 of I Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Vatue 001 0241.0100 Remove Sidewalk 02 41 13 SF 120 $1.00 $120.00 002 0241.0401 Remove Concrete Drive 02 41 13 SF 1700 $1.00 $1 700.00 003 0241.0500 Remove Fence 02 41 13 LF 95 $1.00 $95.00 004 0241.4001 Remove 10' Curb Inlet 02 41 14 EA 1 $1 000.00 $1 000.00 005 3110.0101 Site Clearing 31 10 00 �S 1 PACS 02200 $10 000.00 $10 000.00 006 3201.0117 10' Wide Asphalt Pvmt Repair, Residential 32 01 17 lF 36 $90.00 $3 240.00 007 3201.0201 Asphalt Pvmt Repair Beyond Defined Width 32 01 17 SY 20 $70.00 $1 400.00 008 3213.0303 6" Conc Sidewalk 32 13 20 SF 120 $6.00 $720.00 009 3213.0401 6" Concrete Driveway 32 13 20 SF 1700 $6.00 $10 200.00 010 3216.0102 7" Conc Curb and Gutter 32 16 13 LF 54 $30.00 $1 620.00 011 3231.0413 8' Fence, Wood 32 31 29 �F 95 $25.00 $2 375.00 012 3291.0100 4" Topsoil 32 91 19 CY 63 $18.00 $1 134.00 013 3292.0100 Block Sod Placement 32 92 13 SY 20 $6.00 $120.00 014 3292.0200 Seeding, Broadcast 32 92 13 SY 550 PACS 02930 $0.50 $275.00 015 3304.0101 Temporary Water Services 33 04 30 LS 1 $1.00 $1.00 016 3305.0109 Trench Safety 33 05 10 LF 738 $2.00 $1 476.00 017 3305.0116 Concrete Encasement for Utility Pipe 33 05 10 CY 1 $400.00 $400.00 018 3305.0103 Exploraory Excay. Of Ex. Utilities (SS Services) 33 05 30 EA 2 $1 000.00 $2 000.00 019 3312.2001 1" Water Service Meter Reconnection 33 12 10 EA 1 $1 500.00 $1 500.00 020 3341 42" HDPE 33 41 11 �F 542 $555.00 $300 810.00 33 41 11 021 42" HDPE - Special Excavation Rock Excav LF 167 Spec $588.00 $98196.00 022 3341.1102 4x3 Box Culvert 33 41 10 LF 29 $591.00 $17 139.00 023 3349.0002 5' Storm Junction Box 33 49 10 EA 1 $4 800.00 $4 800.00 024 3349.0105 5-Sided Manhole 33 49 10 EA 1 $5 000.00 $5 000.00 025 3349.0102 4' Manhole Riser 33 49 10 EA 1 $600.00 $600.00 026 3349.4111 42" SET, 1 pipe 33 49 40 EA 1 $3 000.00 $3 000.00 027 3349.5002 15' Curb Inlet (Special) 33 49 20 EA 1 $5 800.00 $5 800.00 028 3471.0001 Tra�c Control 34 71 13 MO 6 $1.00 $6.00 029 9999.0001 Non-Standard item - Vibration Monitoring 9999.0001 LS 1 $9 000.00 $9 000.00 030 9999�0002 Non-Standard Item - PVC Coated Turf Manuf. Spec SY 105 Reinforcement Mat $30.00 $3 150.00 031 Earthwork in Park PACS 02300 LS 1 $3 000.00 $3 000.00 032 9999.0097 Storm Drainage Field Order Allowance 39 00 03 LS 1 $42 000.00 $42 000.00 Bid Summary Base Bid Total Base Bid $531,877.00 Total Bid $531,877.00 CND OT S�CT[ON CITY OF F02T WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS �orm Revised 20120120 Bid Proposal Workbook - Addendum No.l.xls 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here hereinafter called the Principal, and (Surety Name) Surety �iame Nere a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and flrmly bound unto the City, hereinafter called the Obligee, in the sum of Spell C�u# i�urnbers Here ' and No/100 Dollars ($ i�urnerals Nere .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perForm work for the following project of the Obligee, identified as PROVINE OUTFALL DRAINAGE IMPROVEMENTS NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the ' Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Totai Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of , 2014. ' By: Company Name Here (Signature and Title of Principal) *By: Surety Name Here' (Signature of Attorney-of-Fact) *Attach Power of Attorney (Surety) for Attorney-in-Fact I��I�Z�I��i�iC�7�l Impressed Surety Seal Only CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43 00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 0o as s� VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law ; provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, suppiies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is loca#ed. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place af business, are required to be ��;'� ����� ` percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. L� BIDDER: S.J. Louis Construction of Texas, Ltd. 520 South 6th Avenue 0 Mansfield, Texas 76063 By: Les V. Whitman (�'� �� G����"��� (Signature) Title: General Manager END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Date: 02/20/2014 Bid Proposal Workbook.xls oo�s�i-i BIDDERS PREQUAL[F[CAT[ONS Page i of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS l. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalifcation process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited ar reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/tax ep rmit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DIJNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DLTNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Staternents. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. C[TY OF FORT WORTH P20VING OUTFALL DI2AINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS CITY PROJECT No. 00703 Revised July I, 201 1 004511-2 BIDDERS P2EQUAL[FICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certiiied public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 2'7 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Pr•equalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A'.' should be inserted. 38 (2) A minimum of fve (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid � 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH PROVINE OUTFALL DRA[NAGE IMP20VEMENTS STANDARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMGNTS C[TY PROJECT No. 00703 Revised July I , 2011 � 1 2 3 4 5 6 7 8 G: 004511-3 BIDDERS PREQUALIFICAT[ONS Page3 of3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION C[TY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS S7'ANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised July I , 2011 00 45 12 BID FORM Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: S.J. Louis Construction of Texas, Ltd. By: Les V. Whitman 520 South 6th Avenue %�,�, ��(,��y��`�.- � '� (Signature) Mansfield, Texas 76063 Title: General Manager Date: 02/20/2014 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Bid Proposal Workbook.xls .� �' p � SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State Zip Code City State Zip Code Telephone Fax Email Texas Taxpayei• Identification No. Federal Employers Identification No. DiJNS No. (if applicable) MAIL THIS QllESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-63 I 1 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICAT[ON APPL[CAT[ON Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) � Has fewer than 100 employees and/or � Has less than $6,000,000.00 in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibiiity to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/IZenewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smalle►• CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller C[TY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUC7'ION SPEC[F[CATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 004513-3 BIDDER PREQUAL[FICAT[ON APPL[CATfON Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smallet• Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer lnterceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Asphalt Paving Construction/Reconstruction (10,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (LJNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Concrete Paving Construction/Reconstruction (10,000 square yards and GREATER) Roadway and Pedestrian Lighting C[TY OF FORT WORTH PROV[NE OUTFALL DRA[NAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMEN7'S CITY PROJECT No. 00703 Revised December 20, 2012 004513-4 BIDDER PREQUAL[FICATION APPLICATION Page 4 of 8 1. List equipment vou do not own but which is available bv rentin� DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization ' had: (a) As a General Contractor: (b) As a Sub-Contractor: � *\IIL...t .�.«,....,.4.. L..... ..,...« ,.«,._,.....,, ....:..... ............l,.a,..] ..,, m__._,. ..�a _t__--'L----� CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT' WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you?_ If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH PROVINE OUTFALL DRA[NAGE IMPROVEMEN'I'S S7'ANDA2D CONSTRUCTION SPECIFICATION DOCUMGNTS CITY PROJECT No. 00703 Revised December 2Q 2012 004513-5 BtDDER PREQUAL[F[CATION APPLICAT[ON Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. C[7'Y OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCT[ON SPEC[FICAT[ON DOCUMF..NTS CITY PROJECT No. 00703 Revised December 20, 2012 004513-7 BIDDER PREQUAL[FICATION APPL[CATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL 5�m�lar types of equlpment may be lumped together. lf your tirm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH PROVING OUTFALL DRAINAGE [MP20VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December20, 2012 004513-8 BIDDER PREQUALIF[CAT[ON APPL[CATION Page 8 of 8 BIDD�R PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing fnancial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of _ Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF I'ORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SVECIFICATION DOCUMENTS CI'i'Y P20JECT No. 00703 Revised December 20, 2012 0o as ao - i MIN02('I'Y AND WOMEN E3USINESS EN'['ERPRISE GOAL Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 S�CTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goai may be applicable. If the total doilar value of the contract is $50,000 or less, the MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitabie participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 7% of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Forrn and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the times allocated, in order for the entire bid to be considered responsive to the specifcat 1. Subcontractor Utilization Form, if goal is met orexceeded: 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 MBE participation: 4. Prime Contractor Waiver Form, if firm will erform all subcontractin su lier work: 5. Joint Venture Form, if utilizing a joint venture ; to meet or exceed �oal. 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 ofthe 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 ofthe bid opening date. 37 END OF SECTION CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMEN'I'S S7'ANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 f 005243-1 Agreement Page 1 of 4 SECTION 00 52 43 2 AGREEMENT f' , „ 3 THIS AGREEMENT, authorized on �d1f-',�i ��� �'�' i�i is made by and between the City of Fort 4 Wot�th, a Texas home rule municipality, acting by and tlu•ough its duly atrthorized City Manager, 5 ("City"), and S.J. Louis Construction of Texas, Ltd., authorized to do business in Texas, acting 6 by and through its duly authorized representative, ("Contractor"). � 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 11 12 13 14 15 16 17 18 19 20 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Provine Outfall Drainage Imurovements Citv Proiect No. 00703 Article 3. CONTRACT TIlVIE 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 180 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 33 Liquidated damages 25 26 ?� 28 29 30 31 32 33 Contractor recognizes that tune is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragcaph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. Tl�e Contractor also recognizes the delays, expense and difFiculties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Conh•actor shall pay City Six Hundred Fiftv Dollars ($650) for each day that expires after the time specified in Paragi•aph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Provine Oatfa!! Drai�roge b�rprove�nents Cin� Project No. 00703 1 Article 4. CONTRACT PRICE 005243-2 Agreement Page 2 of 4 2 City agrees to pay Contractor for performance of the Work in accordance with the Contract 3 Documents an amount in current funds of Five Hundred Thirty-One Thousand, Eight 4 Hundred Seventy-Seven Dollars ($531,8'7'7.00). 5 Article 5. CONTRACT D�CUM�NTS 6 5.1 CONTENTS: 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalifcation Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table a Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Af�davit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications speciiically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Provine Ou fall Drainage bnprovenrents Ciry Pr•oject No. 00703 00 �2 43 - 3 Agreement Page 3 of 4 1 Article 6. INDENINIFICAT'ION 2 3 4 5 6 7 8 9 10 11 12 ]3 14 15 16 17 18 19 20 21 22 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification nrovision is specificallv intended to onerate and be effective even if it is alle�ed or proven that all or same of the damaEes bein� sought were caused, in whole or in part, by any act, omission or ne�li�ence of the city. This indemnfty provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the worlc and services to be performed by the contractor, its officers, agents, employees, subcontractors, lieensees or invitees under this contract. Z'his indemnification provision is suecifically intended to operate and be effective even if it is alleged or proven that all or some of the damages bein� sou�ht were caused, in whole or in qart, by any act, omission or negli�ence of the citv. Article 7. MISCELLAN�OUS 23 7.1 Terms. 24 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 25 liave the meanings indicated in the General Conditions. 26 7.2 Assignment of Contract. 27 This Agreement, including all of the Contract Documents may not be assigned by the 28 Contractor without the advanced express written consent of the City. 29 7.3 Successors and Assigns. 30 City and Contractor each binds itself, its parhiers, successors, assigns and legal 31 representatives to the other party hereto, in respect to all covenants, agreements and �2 obligations contained in the Contract Documents. 33 7.4 Severability. 34 Any provision or part of the Conh•act Documents held to be unconstitutional, void or 35 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 36 remaining provisions shall continue to be valid and binding upon CITY and 37 CONTRACTOR. 38 7.5 Governing Law and Venue. 39 Tl�is Agreement, including all of the Contract Documents is performable in the State of 40 Texas. Venue shall be Tarrant County, Texas, or the Uiiited States District Court for the 41 Nortl�ern District of Texas, Fort Worth Division. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Provine Otrtfal! Drainage Lnp��ovements Ciry Project No. 00703 00�243-4 Agreement Page 4 of 4 1 7.6 Other Provisions. 2 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 3 classified, promulgated and set out by the City, a copy of which is attached hereto and 4 made a part hereof the same as if it were copied verbatim herein. 5 7.7 Authority to Sign. I� 6 Contractor shall attacli evidence of authority to sign Agreement, if other than duly 7 authorized signatoiy of the Contractor. I� $ 9 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple r � 10 counterparts. 11 12 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 13 Contractor: S.J. Louis Construction of Texas, Ltd. �, By: ,vY ���l��ik�,�- (Signature) Les V. Whitman (Printed Name) Title: General City of Fort Worth _BY� �/�---� Fernando Costa Assistant City Manager Date O /4 ,� Attest: '� /�-�,�I ,L_ �("Y�-� � l/ Mary J. Kayser, �' City Secretary (Seal) Address: 520 South 6th Avenue M&c C ZG798' Date: S—/3�/y City/State/Zip: Mansfield, Texas 76063 Approved as to Fonn and Legality: �� , i., ti 1;�� �� es �� I�� Date Q�. �'�ofoy , Assistant City Attorney 14 15 16 17 18 19 20 21 22 23 '� ti�������� ������ � �.-_,�.: �;�L��TARY t_,P� � � ,i '�'�, y: ��T�,'�'�( APPROVAL RECOMMENDED: � > � �JI � (�.Jr � Douglas W. Wiersig, P.E. DIRECT , Transportation and Public Works De ai�tment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S Revised December 20, 2012 Provine OutfaU Drainage Lnprovenrenls City Project No. 00703 00 6l l3 - 1 PC[ti'ORMANCG BOND Page 1 of 2 Bond No.190031268 r 1 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 13 PERFORMANCE BOND 7 8 9 10 § § KNOW ALL BY TAES� PRESENTS: § That we, S.J. LOUIS CONSTRUCTION OF TEXAS, LTD., known as "Principal" herein and Liberty Mutual Fire Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether 11 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation 12 created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, FNE l3 HUN1JKr;ll 1tilK'l Y-UN�: 1�H(�USAN�, �1GH`�' HUNDRED SEVENTY-SEVEN DOLLARS 14 ($531,877.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the day of B`li,�,�i �:'� ;' (', ;; , 20_, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Provine Outfall Drainage Improvements, 22 23 24 City Project No. 00703. NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 2E faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as we(I during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. CITY OP FORT WORTH STANDAItD CONSTRUCTION SPECIFICATION BOCUMEN"I'S Revised December 20, 2012 Provine Outfall Drainage Imp�ovements Ciry Project No. 00703 I 00 61 l3 - 2 PERI�ORMANCE BOND Page 2 of 2 1 PROVIDED FURTI�R, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 5 6 7 8 9 (0 11 l� 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and tl�e Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the �l��P�Y �t �,� ;' i; ; jiay of , 20 ATTEST: (Principal) Secretary �lips J. Vallalcal.il Wimess as to c' 1 �� T�m�ford Witness as to Surety PRINCIPAL: S.J. Louis Construction of Texas, Ltd. BY: �G9 ���'�Nuv Signa e Les V. Whitrr�n, General Manager Name and Title Addt'ess: 520 South 6th Avenue, P.O. Box 834 Mansfield, TX 76063 SURETY: Liberty Mutual Fir Ins �ran ompany BY: /�' n �C���-�1 � Signature � Bruce N. Telander, Attorney-in-Fact Name and Title Add2'ess: 450 Plymouth Road, Suite 400 Plymo�th Meetinq PA 19462-8284 Telephone Number: 7s3-3o2-7214 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Provine Outfafl Drainage Improvemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Ciry Project No. 00703 Revised December 20, 2012 � ' � LIMITED PARTNERSHIP ACKNOWLEDGMENT State of TEXAS ss. County of TARRANT On this day of ��� �" f F��� �.: �; , 2014, before me personally appeared Les V. Whitrnan __ to me known who being by me duly sworn, that he/she is the �neral I�nager of the S.J. Louis Construction of Texas. Ltd. the Limited Partnership described in and which executed the foregoing instnunent, and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. ""��""'� ELIZABETH ANN INGRAtv1 ����.�P�: PUB �i ;'=°r' :�= Noiary Pubiic, 5tate of Texas ;N;., �h- My Commisslon Expires �'-,",;E•oF'��;` May 10, 2017 �„���„ 1 ) rt� / �� L' Notary Pi1 ic Tarrant Co�ij, exas � My commission expires May 10, 2017 ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this �1''"f+'' � �" " r '`' � � day of , 2014, before me appeared Bruce N. Telander to me personally lrnown, who being by me duly sworn, did say that (s)he is the Attorney-in-Fact of Libertv Mutual Fire Insurance CompanYa corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said inshument was executed in behalf of said corporation by authority of its Board of Directors; and that said Bruce N. Telander aclrnowledged said instrwnent to be the free act and deed of said corporation. ■ d .� �,�sT;; �4"��'"°"�����4. RACHEL THOMAS ;; ��'�� R. 'i;. � ,��,;.,:;y;4-�s-.5' NOTARY PUBLIGMINNESOTA ., UY�`_�,_p•�*' ''�.�;��:�,.�! Pdy Commission Expues Jan. 31, 2015 r p Notary Public Ramsey County, MN My commission expires O1/31/15 _ _ - --- - — --- -- - -- ---- - ---_-__ -�-- ------ ------ _ _--- --- --- - - _ THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. i L ,� d � v � � ._' � I � � � d � � � iN �� ,` do n �; �� � �. �� � �� �-' ++ I ,u 'M� � �C This Power of Attorney Iimits 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. 6195046 LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint R W. FRANK, DONALD R. OLSON, JOHN E. TAUER, BRUCE N. TELANDER, LINDA K. FRENCH, JOSHUA R. LOFTIS, RACHEL THOMAS, CRAIG REMICK, BRIAN J. OESTREICH, NICOLE NELSON, JEROME T. OUIMET, SANDRA M. DOZE, D. R. DOUGHERTY, JACK CEDARLEAF II, KURT C. LUNDBLAD, CHRISTINE M. HANSEN, PAMELA T. CURRAN MELINDA C. BLODGETT, ALL OF THE CITY OF MINNEAPOLIS STATE OF MINNESOTA , each individually if �here 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 and the execution of such undertakings, bonds, recognizances and other sureiy 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 Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things, it was: VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is 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 Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 9th day of Julv , 2013 �' '; \r:\l LIBERTY MUTUAL FIRE INSURANCE COMPANY I . � lF: yt �',f�1siC9tl€6P.�`.I'Ii0 `��`s t 'yt ir�`4 'Z t � t, � / y i ���'"."` °i.`.''� '� t David M. Carey, A�istant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OFMONTGOMERY On this 9�h day of July , 2013 , before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire 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 Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF 1 haVe ��reunto subscnbed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written � } � �"s� j 3,-� , �, � , 7 , ,�y � � b lti Ilit3f € F�€ lt�+P�tfk � � � C)�. > �� �°_ ,� ...., �i �. .. , .. � * ,� ci ,r�� lu �' � r f EI IV � �� uEr' a . .� p ���� '.�"'�" Z r 3 R$' F � 1 3 2( E�i i" 1 Uy �� � � ' ' `" " , ; ' " ' ? Tere a Pastella, Notary Public CERTIFICATE v ��~ , �', s�..� i.. ;�,i,.,.s ;'� ,"� f`l�`� �v�t�`.,'y''��� ,� €� �� �' �� I, the undersigned, an Assist�n���ec$�'�ai`y of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attomey of which the Z v 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 was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surery obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of ,, , � , �q�4ie� �� �--� /'. f 1 n� I; � �,�r,,=��r<.j.��: `__ ; Gregory W.'Davenport, Assistant Secretary z- �oas E �; � �' \ r t \�\�'��•t6�1�>1':i i� N N d c .N 3 � i — O vy W � L � Q � Q M O� dc 3� o� a ,� Np t O �� O C ��� �� d iw, -° W O � � � � M 00 v� � T 006( 14-I PAYMENTQOND Yage l of 2 � � 1 2 3 4 5 6 THE STAT� OF TEXAS COUNTY OF TARRA.NT SECTION 00 61 14 Bond No.190031268 PAYMENT BOND § § KNOW ALL BY THESE PR�SENTS: § 7 That we, S.J. LOUIS CONSTRUCTION OF TEXAS, LTD., known as "Principal" 8 herein, and Liberty Mutual Fire Insurance Company a corporate � 9 surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Tesas, known as"City" herein, in the 12 penal sum of FNE �-IUNDRED THIRT`Y-ONE THOUSAND, EIGHT IIiJNDRED SEVENTY- �? C��IFTT ���,.T,AT�e lQCZ� Q�� nn� �,....� i r..�... r .� c+�-�-- '-- �� ,- .�_ , ��� �w�� i�� � i.vv�� iarvi�ii man�y vl uic Ji11LGU JkiIGJ� `LU UG �d1U ICl I' VIL W OI'CR� 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 day of ��'�i�,i' .� Qa �. r 1��, 20 , which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 20 other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as Provine Outfall Drainage Improvements, 22 City Project No. 00703. 23 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Pruicipal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. Ky� CITY OF FORT WORTH Provine Outfall Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S City Projec� No. 00703 Revised December 20, 2012 006� ia-z PAYMI:N I [30ND Page 2 of 2 � IN WTTIVESS WI�REOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the ��NIJI � f;; ? �`�: day of , 20 1 2 3 4 PRINCIPAL: S.J. Louis Construction of Texas, Ltd. ATTEST: (Principal) Secretaty p�ips J. Vallalcalil �� Witness as t ri ipal Adam Lunsford ATTEST: See attached Power-of-Altorney (Surety) Secretary 1 Witness as to Surety 5 6 7 8 9 10 BY: / 11.11.L V ��ii v Signature Les V. Whitrmn, General ManaQer Name and Title AddTess: 520 South 6th Ave., P.O. Box 834 Mansfield, TX 76063 SURETY: Liberty Mutual Fire Insurance Company BY: ���//�wi.[ /►- Gc.���t / Signature Bruce N. Telander, Attorney-in-Fact Name and Title Acldiess: 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Telephone Number: �ss-so2-�2�a Note: If sigued by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION Efl 12 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMEN'I'S Revised December 20, 2012 Provine Outfa!! Drainage Lnprovements Ciry Project No. 00703 6 � � LIMITED PARTNERSHIP ACKNOWLCDGM�NT State of TEXAS ss. County of TARRANT On this day of ����\r •� �� ����1 , 2014, before me personally appeared Les V. Whihrian to me Irnown who being by me duly sworn, that he/she is the General Manager of the S.J. Louis Construction of Texas, Ltd. the Limited Partnership described in and which executed the foregoing uistrument, and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. ���(tY'P� �j EIIZABFTH ANN INGRAIVI `�.oiP. � . �, �y �z; �� Notary Pub�lc, Sta�e of Texas ;�,1 ,�j,: = My Commission �xplres �'%",'Fo��;:•'' Mqy 10, 2017 ��Illlll�� �. ��?� � �-�r' �t-{' 'v ��'i � � �� V �n,-� Notary Publ c Tarrant County, Tex My commission expires May 10. 2017 ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this �t�ll'`� ��''':''� day of , 2014, before me appeared Bruce N. Telander to me personally known, who being by me duly sworn, did say that (s)he is the Attorney-in-Fact of Liberty Mutual Fire Insurance Compan�a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Bruce N. Telander acknowledged said instrument to be the free act and deed of said corporation. � � Notary Public Ramsev County, MN ��ti�,�.5j-� �`��i' ','�. RACHEL THOMAS My commission expires 01/31/15 yS.,,y ,'.�.,, � � ;�1�?i;,!�,�.1,' NOTARYPUaL�C-MINNESOTA �\'%�,,��;,.' A1y Commisvon Exp�res Jan, 31, 2015 � �nn„iv���-�v,nw r �- _ _ -- ------- --- ------ - -__ ___..__ __----�-- ----- - THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. 6195045 LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY i L 3 � � � � V � �� i a�i �° � � �� 7 N i L . ` �; o �'„1 +�+ _� f ++ � � � �r i� : � y� L �� I � +� � 0 Zv KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint R W. FRANK, DONALD R. OLSON, JOHN E. TAUER, BRUCE N. TELANDER, LINDA K. FRENCH, JOSHUA R. LOFTIS, RACHEL THOMAS, CRAIG REMICK, BRIAN J. OESTREICH, NICOLE NELSON, JEROME T. OUIMET, SANDRA M. DOZE, D. R. DOUGHERTY, JACK CEDARLEAF II, KURT C. LUNDBLAD, CHRISTINE M. HANSEN, PAMELA T. CURRAN MELINDA C. BLODGETT, ALL OF THE CITY OF MINNEAPOLIS STATE OF MINNESOTA , each individually if �here be more ihan one named, its true and lawful attorney-in-{act 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 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 Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things, it was: VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is 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 Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this sth day of Julv , 2013 �� - r �'"`,', ;� 1� ;'F� ';� `� . � .'; 'iFi, 8 R-ilif }�:j t 3II Cf E 3'' l \�:�1fi�i' . <;14 � i ra COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL FIRE INSURANCE COMPANY By � � David M. Carey, A�`istant Secretary On this 9th day of July 2013 , before me, a Notary Public, personaliy came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire 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 Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF 1 haVe �ar'pu�to subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written � � '� '� ,t ex �' r�$��1i�+ �� t� 7iu� � t+tl iliU6 I�llt':v1Vf �1�fi ' � z ��> .�; e �� �y�4 � � ..._.� � ���2�Ct�R/ 3���. �Cs �.� d' � � �� 4 il !� 3 iry i�E� � � €�3 � i nt�� , rs ,- �z r By , , � r =, r � € , �_ �t� � ? _1 Tere a Pastella, Notary Public CERTIFICATE �� c�`� '� �;` , r � ��,: ;.:r „ sc . . � :...., � '�> t���'°�'��"� k Z�� v > �: • � � , �'>; � �' ;' I, the undersigned, an Ass stlni�SeC��ta `ry" of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and cor�ecf'copy, is in full force and effect on the date of this certificate; and I do further certify that the offcer or official who executed the said power of attorney was one of the officers or o�cials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TES fI�ONY WHER�OF, I have hereunto subscribed my name and affixed the corporate seal of the said wmpany, this day of i�,/1> 1; l;,;T, i',q;i;E�+. �`� j J�� �.,�i.h�� �� f .r �Z ( j� e�3�g��r�=t" ! Gregory W�Davenport, Assistant Secretary �� ����......r-'jl ��\ `�%'(SLa!;'o1Rf,i' � t� Qe L Z dt 3� o{ a� Nc 's � Oa �' i � ,� � � �s �c e �a E� ;�, r a OC C� e O �� H� e �F' � r j �����i . �, � ��,��� � � .� E�, . , �� ,�� ,� � .. PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plym�uth f��ac1; SuitP 4�� Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 00 61 19 - I MA[N"1'ENANCE BOND Page l of 3 1 � 3 4 5 G 7 THE STATE OF TEXAS COUNTY OF TAIZRANT S�CTION 00 61 19 MAINTENANCE BOND § § KNOW ALL BY THESE PI2�SENTS: § Bond No.190031268 8 That we S.J. LOIJIS CONSTRUCTION OF TEXAS, LTD., known as "Principal" herein 9 and Liberty Mutual Fire Insurance Company a corporate surety (sureties, if more 10 than one) duly authorized to do business in the State of Texas, lrnown as "Surety" herein (whether 11 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation 12 created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of FNE 13 HUNDRED THIRTY-ONE THOUSAND, EIGHT I-IUNDRED SEVENTY-SEVEN DOLLARS 14 ($531,877.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for payment of which sum well and truly be made unto the City and its successors, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the day of �°� �'Y ���'�' ;�,0 , which Contract is hereby referred to and a made part 21 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 22 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 23 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said 24 contract and designated as Provine Outfall Drainage Improvements, City ProjectNo. 00703; and 25 26 WHEREAS, Principal binds itself to use such materials and to so conshuct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WI�REAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Provine Outfal! Drainage Lnpravements STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Projec! No. 00703 Revised December 20, 2012 (i' � � 0 u U 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITN�SS WHEER�Or, the Principal and the Surery have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of ��1�� � A�� -'-' �`�` 3 , 20 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ATTEST: (Principal) Secretary P�ips J. Vallalcalil Wifiess as to Princi 1 ��Sford ATTEST: See attached Power-of-Attorney (Sure ) ecreta Wifiess as to Surety PRINCIPAL: S.J. Louis Construction of Texas, Ltd. , BY: � Ir �u�l����✓ Sig e Les V. Whitman, General Manager Name and Title Address: 520 South 6th Ave., P.O. Box 834 Mansfield, TX 76063 SURETY: Liberty Mutual Fire Insurance Company , BY: . / Signature Bruce N. Telander, Attorney-in-Fact Name and Title 450 Plymouth Road, Suite 400 Address: Plymouth Meeting, PA 19462-8284 Telephone Number: �63-320-7214 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Provine Outfall Drainage Lnprovemenls Ciry Project No. 00703 i� LIMITED PARTNERSHIP ACKNOWLEDGMENT State of TEXAS ss. County of TAR.RANT On this day of b,��'�' ��°' '� ��-' ���'� , 2014, before me personally appeared I�es V. Whitrmn to me known who being by me duly sworn, that he/she is the General Manager of the S.J. Louis Construction of Texas Ltd the Limited Partnership described in and which executed the foregoing inshument, and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Parinership. �� ,1 ;°�a; ��" ELIZABETH ANN INGRANI ,(/J 4 �' �/\� `O'\P. �9 i 't.J��' �l ��� V V v ti __:�;�- Notary Fubltc, Sta're of Texas Notary Pul� c Tarrant Coun Texas �N•• :y: MyCommissianExplres tY� �°� ;""„''' May 10, 2Q17 My commission expires��, 10, 2017 e E. ' ��°in ` ACKNOWLEDGMENT OF CORPORAT� SURETY State of MINNESOTA ss. County of HENNEPIN fti'i;�'��� � !' >r On this s"� ��%' day of , 2014, before me appeared Bruce N. Telander to me personally lrnown, who being by me duly sworn, did say that (s)he is the Attorney-in-Fact of Libertv Mutual Fire Insurance Compan�a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Bruce N. Telander acknowledged said instrwnent to be the free act and deed of said corporation. ■ . ,�, mF ST�� . F4 �2� r,,�;Y RACHEL THOMAS Notary Public Ramsev County, MN �� ���^�,, NOTARY PUBLIC•MINNESOTA My cotrunission expires O1/31/15 �' `'`P� My Commission Expues Jan. 31, 2015 '�.�:�,�rh.. r MNNy Y U U U THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. 6195044 LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint R W. FRANK, DONaLo R. OLSON, JOHN E. TAUER, BRUCE N. TELANDER, LINDA K. FRENCH, JOSHUA R. LOFTIS, RACHEL THOMAS, CRAIG REMICK, BRIAN J. OESTREICH, NICOLE NELSON, JEROME T. OUIMET, SANDRA M. DOZE, D. R. DOUGHERTY, JACK CEDARLEAF II, KURT C. LUNDBLAD, CHRISTINE M. HANSEN, PAMELA T. CURRAN MELINDA C. BLODGETT, ALL OF THE CITY OF MINNEAPOLIS STATE OF MINNESOTA , each individually if {here be more than one named, its true and lawful attorney-in-�act 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 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 Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things, it was: VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is 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 Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 9th day of Julv , 2013 ��'�c�z'^"='�"�;--;�:\ LIBERTY MUTUAL FIRE INSURANCE COMPANY /,;` / > �.''/� ..•��=<�, t ; f I'EC9:;i"?it;`•73iv��;' l ";: � i;:.0 :. t �\�; �' ��� By � ` ",.� David M. Carey, A s'istant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 9th day of July , 2013 , before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire 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 Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF, I haue<<��rQunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year �,� �,� first above written. � � � � ���LC�s� �� e� i� 3i C'! vlftlll�tJ( 1s��E�yl7lrfiV!r''i_ 8,'4 C3' V`� i� ., s d�' ti � . �' c a � `l� � � r� . t s �i N � z�} 'ui�. � ��.l� r-v"'y" � i�,F:: r ijl( i ! i, �) 1 l,� gy � �� ' " " t � � ' � ' � '� � ' Tere a Pastella, Notary Public s :� t _.5 3 ....,�J:��,.;5 i'k'.i. „ ., t CERTIFICATE '� �����, ��j " ` ,�?��� L�S vy�„�°� � � s'�� '� I, the undersigned, an Assis �r��t� �ei;��tafy of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and cor�ecf 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 was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of —h�i�,�T�",-^--, .N � � c -o �� � W C ++ n Q M O� � 'O 3� o� a� !� o �o w� O = a� �� d >= d� r� � N y_ M W 00 c� � I�— e= i a�sj'rs ur�tit c� .--�. l;, j r '`�r,�� i(` �3«�'j;S�:f<�r��1'x: i Gregory W�Davenport, Assistant Secretary t 3�; fOpB t.,R \ � �,/�' � �,�... .,;�-,v�:;�3>�� , �.1 � i�tl��lm SURETY � � •' ` r .�: '; ; TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutuai Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting; PA 1 A4F�-t���4 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104- Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 -`, �.1�]�'Y° J u�z�lA 1 � .: ,.. ,. : •t � - . PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 40� Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a)tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 SAGI?TA 25.3 (2010/05) 2 of 2 #S600077/M599115 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology ..........................................................................................................1 1.01 Defined Terms ............................................................................................................................... l 1.02 Terminology ..................................................................................................................................6 Articie 2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference ..........................................................................................................8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3 .O 1 Intent .............................................................................................................................................. 8 3.02 Reference Standards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies .......................................................................................9 3.04 Amending and Supplementing Contract Documents .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data ............................................................................................................................ l l Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... l 1 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site ..............................................................................14 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutes and "Or-Equals" ....................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 Patent Fees and Royalties ...........................................................................................................26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations .................................................................................................................27 Taxes...........................................................................................................................................28 Use of Site and Other Areas ....................................................................................................... 28 RecordDocuments ......................................................................................................................29 Safetyand Protection .................................................................................................................. 29 SafetyRepresentative ..................................................................................................................30 Hazard Communication Programs ............................................................................................. 30 Emergencies and/or Rectification .........:..................................................................................... 30 Submittals.................................................................................................................................... 31 Continuingthe Work ................................................................................................................... 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemnifcation......................................................................................................................... 33 Delegation of Professional Design Services .............................................................................. 34 Rightto Audit ..............................................................................................................................34 Nondiscrimination....................................................................................................................... 35 Article 7- Other Work at the Site ................................................................................................ 7.01 Related Work at Site ................................................................................................ 7.02 Coordination ............................................................................................................. .................. 35 .................. 35 .................. 36 Article 8- City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program ...............................................................................................37 Article 9- City's Observation Status During Construction ........................................................................... 37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site ................................................................................................................................37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Wol•k ..........................................................................................................38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August l7, 2012 Article 10 - Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Work ..................................................................................................................................39 10.05 Notification to Surety ..................................................................................................................39 10.06 Contract Claims Process .............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work .........................................................................................................................41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price Work ..........................................................................................................................44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work ........................................................................................................................... 48 13.03 Tests and Inspections ..................................................................................................................48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Work ...........................................................................................................:.49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.0'7 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work ................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ......................................................................................................................52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ...........................................................................................................................55 14.06 Final Acceptance .........................................................................................................................55 14.07 Final Payment ..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 - Suspension of Work and Termination ...................................................................... 15.01 City May Suspend Work ........................................................................................... 15.02 City May Terminate for Cause ................................................................................. 15.03 City May Terminate For Convenience ..................................................................... Articie 16 - Dispute Resolution .................................................................................................... 16.01 Methods and Procedures ........................................................................................... .................. 57 .................. 57 .................. 58 .................. 60 .................. 61 .................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies .................................................................................................................62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 CITY OF FORT W02TH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Aug�st 17, 2012 00 �2 00 - � Generat Conditions Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Deftned Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United i States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. '7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August l7, 2012 00 �z oo - � General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. Ciry— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. Ciry Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, Y•epresentations, or agreements, whether written or oral. 20. Contract Docurnents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDA2D CONST[tUCTION SPECIFCATION DOCUMENTS Revision: August 17, 20 (2 00 �z oo - � General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work = Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH 5'I'ANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augurt 17, 2012 00 �a oo -1 General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�aoo-� General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or worktnanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters appiicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY O[' FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liauid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separate(y identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of'Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - i General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � Genera( Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo fl to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or eQuipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDA2D CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Repo�ting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proce�d with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 00�2oo-i General Conditions Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT W02TH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 aonoo-i General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FOR'I' WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August l7, 20 (2 00 �z oo - � General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 1'7, 2012 007200-I General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor sha11 report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 007200-I Generai Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shail be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemn� any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONS1'RUCT[ON SPEC[FCATION DOCUMENTS Revision: August 17, 2012 007200-I Genera! Conditions Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shail furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. Alt bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shail comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUC'I'ION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - i General Conditions Page 17 of 63 ' 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. ' 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. All applicable policies shall inciude a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000,00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' eauity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial Gerreral Liability. Coverage shall include but not be limited to covering tiability (bodily injury or property damage) ai•ising from: premises/operations, independent contractors, products/completed aperations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 00 72 00 - I General Conditions Page 19 oF63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completeci operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary , Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shail provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shali supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work ill accordancz with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUC't10N SPECIFCATION DOCUMENTS Revision: August t7, 2012 00 72 00 - i Genera( Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Set�vices, Materials, and Equzpment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Au@ust 17, 2012 00 �� oo - � General Conditions Page 21 of 63 '' C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of , the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and ' the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O 1 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equai" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionaily equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 201?. ao �z oo -1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other• direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY O[' FOR'P WORTH STANDAItLI CONSIRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 oonoo- � General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. Ciry's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them fi�om and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense; Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l 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 Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrighYs held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (includ'ing but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute r•esolution costs) arising out of or relating to any infringemerrt of patertt rights or copyrights inczdent to the use in the performance of the Work or resulting from CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 oonoo-� Genera( Conditions Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsibie for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Coirtractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCA'I'ION DOCUMENTS Revision: Augast 17, 2012 00 �z oo - � General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Ta�ces A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH S'I'ANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - i General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Ciry. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shali clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all toois, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of ail Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of ail accepted Submittais will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shail include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety ' precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their i•esponsibility for th� safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDAIiD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo -1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for pr•otection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communicatzon Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectifrcation A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated ta act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FOR'P WORTH STANDARD CONST2UCT[ON SPEC[FCATION DOCUMENTS Revision: August l7, 2012 00 �a oo - i General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change ' Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25°/o, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal wili be ' identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Au@ut 17, 2012 00 72 00 - 1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, a$er installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, .technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disageements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDAI2D CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augist 17, 2012 00 �a oo - � General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL QR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants a�nd agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or allegecl to arise out of, the work and services to be perfo�med by the Contractor, its officers, �igents, err�ployees, subcontractors, licensees or in�vitees under this Contract. THIS IPIDEMNIFICATION PROVISIOI�IS CITY O[' FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WI-IOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Rzght to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTI(�N SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate ; published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and impiementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other worlc as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page 36 of 63 7.02 Coordinatron A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility wiil be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands a�d Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 oonoo-� General Conditions Page 37 of 63 � 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nar be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for ; Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph lO.Ol.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicabie bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTILUCT[ON SPEC[FCATION DOCUMENTS Revision: Augus[ l7, 2012 007200-I General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH S'TANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.• The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages pius the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for tlle Work. CI'I'Y OF FORT WOR1'H STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � Genera( Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: l. Payroll costs and other compensation of Contractor's officers, executives, principais (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly ' employed by any of them or for whose acts any of them may be liable, including but not ' limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor wili establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CI7Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION llOCUMENTS Revision: August l7, 2012 007200- t General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the �Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Corrtract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as foilows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.OI.A3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph I 1.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDA2D CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs I1.Ol.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next ' lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net ' i decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays ' within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ' D. The Contractor shall receive no connpensation for delays or hincirances to the Work, except when direct and unavoidable extra cost tc� the Lontractor is caused by the failure of the City to provide information or material, if any, which is tt> be fiirnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAT[ON DOCUMENT'S Revision: August 17, 2012 oonoo-i General Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof �for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative resuit, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 007200-1 General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment untii the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, materiai, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work . If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Cantractor, any CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - I General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: August 17, 2012 007200- 1 General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay ali claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remediai action, City may exclude Contractoi• from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claiins, costs, losses, and damages (including but not limited to all fees and char�es of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Aug�st 17, 2012 00 �a oo - � General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applzcations for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDA[tD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August l7, 2012 00 �z oo - � General Conditions Page 53 of63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for '' Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION llOCUMENTS Revision: August 17, 2012 00 �a oo - � Genera( Conditions Page 54 oF63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shail pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 14.04 Partial Utilization 00 �z oo - i General Conditions Page 55 of 63 A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization wiil not constitute Final Acceptance by City. 14.05 Finallrrspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY UF FORT WORTH STANDARD CONS'IRUCTION SPECIFCATION DOCUMENTS Revision: August l7, 2012 oonoo-i Generai Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettied; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: l. A$er City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completecl or corrected is less than the retainage sti��ulated in Paragraph 14.�'L.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 7.012 00 �2 00 - � General Conditions Page 57 of 63 ` portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. �' ' � � ��-►-=►1 :\/.�: �► 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. , B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WOR'I'H STANDARll CONS'i'RUCTION SYECIFCATION DOCUMF.N'I� Revision: Au�st )7, 2012 00 �a oo - i Generaf Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: l. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materiais and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such ciaims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF ['ORT WORTH STANDARD CONSTRUCT[ON SPEC:IFCATION DOC'UMEN"CS Revision: August l7, '1.012 00 �a oo -1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. A$er receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - i General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items ' are stored, within 45 days from the date of submission of the list, and any necessary adjustments ' to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination ' claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shail pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragaph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after terminati�n of the mediation unless, wit�.in that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCA'I'ION DOCUMENTS Revision: August 17, 2012 00 �a oo - i General Conditions Page 62 of 63 l. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or cet-tified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice sha11 be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it wiil be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DO(:UMF,NTS Revision: August 17, 2012 00 �2 00 - � General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WOR'I'H STANDARD CONS'IRUCTION SPECIFCATION DOCUMENTS 2e��ision: August 17, 2012 007300-1 SUPPLEMENTARY CONDITIONS Page I of6 1 SECTION 00 '73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Supplementa�y Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, `�Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over Standard Details. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of June 1, 2013: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION 4PE Donnette Moseley 2-27-14 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the `JVork, notify City in writin� associatecl with �he differin� eas�ment line locations. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April I, 2013 PROVINE OUTFALL DRAINAGE IMPROVEMENTS CTTY PROJECT No. 00703 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 48 49 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of June l, 2013. . � • �h : UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT AT&T Utility Pole Brace during construction The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Provine Outfall Drainage Improvements Geotechnical Report, Fort Worth, TX, dated December 20, 2010 and September 27, 2012 prepared by Mas-Tek Engineering & Associates a sub-consultant of AECOM Technical Services, Inc., a consultant of the City, providing additional information on the subsurface conditions present on the project site. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" None SG5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: NONE (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GG5.04A. Statutory limits Employef•'s liabiliry $100,000 eachaccident/or.cur��ence $1(ID,000 Disease - each eFrrpivyee $500,000 L)isense - j�olicy lirnr�i SC-SA4B., "Co��tr�ctm•"s �nseirance" CI1'Y OF FORT WOR'I'H PKOVINF. OUTFALL DRAINAGE IMPROVI:MENTS STANDARD CONS'I'RUC'1'ION SPECIFICATIQN DOCIIMF.,NTS CITY PROJECT Pto. 00703 Revised April l, 2013 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of $1, 000, 000 each occur�r•ence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment— Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injuiy per person / $500, 000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, eyuipment, and material deliveries to cross railroad properties and tracks. NONE The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the fol(owing amounts, issued by companies satisfactory to the City and to the Railroad Company for a term Yhat continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Requir•��lfor lhis Conh•act X Not reqziired for this Contraci With respect to the above outlined insurance requirentents, the following shall govern: CITY OF FORT Wf�RTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised April 1, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SG6.04., "Project Schedule" Project schedute shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: CFW Wage Rate Table 20080708 Heavy & Highway Construction Prevailing Wage Rate 2008 SC-6.09., "Permits and Utilities" SG6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Street Use Permit for Traffic Control 2. Fence Permit for 8' Fence. SC-6.09B. "City obtained permits and licenses" The following are known permit5 and/or licenses required by the Contract to be acquired by the City: Floodplain Developm�;nt Permit SC-6.09t;. "Oatst��ding permits ancl6icenses" CITY OF i��1Z"P �7✓OR"fH STf�NDARIi CdNSTRUCTION SPECIFiCA'PION DOCIJMEN"CS Revised April l, 2013 PROVINE OUTFALL DRA[NAGE IMPROVEMENTS C[TY PROJGCT No. 00703 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4$ 49 50 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 1, 2013. Outstanding Permits and/or Licenses to Be Acquired OWNER PERNIIT OR LICENSE AND LOCATION � SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" TARGET DATE OF POSSESSION During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this conhact. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materiats and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension af ihe Contract, �n whole or in part. 6. Incorporation c�3' Provisions: The Contractor shall include the provisions of paragraphs (1) through (b) in every sub�ontract, including procurements of materials and reases of equipment, unless exempt CITY OF FORT WOR7'H PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCC[ON SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised April I, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Sco e of Work Coordination Authorit NONE 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SC-8.01, "Communications to Contractor" NONE SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: NONE SC-13.03C., "Tests and Inspections" NONE SG16.O1C.1, "Methods and Procedures" NONE END OF SECTION CITY OF FORT WORTH PROVINE OUTFAI_L DRAINAGE Itv4PROVEMEN7'S STANDARD C(JNSTRUCTION SPECII'ICATION DOCUNfGN7'S CITY YROJECT Na 00703 Revised April i , 2013 011100-1 SUMMARY OF WORK Page 1 of3 1 2 3 PART1- GENERAL SECTION O1 1100 SUMMARY OF WORK 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be per•formed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 10 11 12 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically a�afihorized in writing by the City. a. A reas�nable amount of tools, �naterials, and equipment for construction purposes rn�� be stor�d in such space, but no more than is necessary to avoid delay in the constructic�r� operations. C[TY OF FORT WORTH PROV[NE OUTFALL DRAINAGE IMPROVEMENTS S'CANDARD CONS"CRUCTION SPECIFICATION DOC;UMEN'CS CITY PROJECT No. 00703 Revised December 20, 2012 Ol 11 00-2 SUMMARY OF WORK Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specifed approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FC7RT WOR'I'H PROVINE OUTFALL DRAINAGE [�[PROVF,MENTS STANDA�D CONS'PRUC'1'ION SPECIFICATTON DOCUNI6N"['S CITY PROJ�CT No. 00703 Revisec� I�ecen!ber 2Q 2012 OI 1100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 l.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CI'CY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS S'1'ANDARD CONSTRUCTION SPBCIF[CA'I'[ON DOCUMENTS C[TY PROJECT No. 00703 Revised December ?.0, 2Q 12 o� as oo - � SUBSTITUTION PROCEDURES Page 1 of4 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 0125 00 SUBSTITUTION PROCEDURES 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 l. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1, Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] ' 24 1.4 ADMINISTRATNE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions uncler ihe following r,onditions: a. Or-equals are unavailable due to strike, discontinue�i production of products meeting s��ecified requirements, o� other factors i�eyond control �f Contractor; or, CITY OF ['ORT WOR'1'Fl PKOVINE OUTFALL DRAINAGE 1MPKOVBMF.NTS S'fANDARD CONSTRUCT(ON SPECIFICA'1'IC)N DOCUMENTS C17'Y !'ROJECT A!�. U0703 Kevised De�;ember 20, .',0!,2 O1 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identifcation a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, inc(uding discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed desci•iption ofproposed method 2) Illustration drawings C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 4�4 of specifed product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resu(ting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Cc3nditions. CI'TY OF FORT WORTH PROV[NE OUTFALL DRA[NAUE IMPROVEMENTS S'fANDARU CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 OI2500-3 SUBSTITUTION PROCEDURES Page3 of4 1 2 3 4 5 6 7 8 9 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SiIMMARY OF CHANG� CITY OF FORT WORTH t'ROVINF.. OiJTFALL DRAINAGC: IR�SPROVLialF.N'CS l S'I'ANDARD CONSTKUCTION SPP.CIfICA"I'ION DOCUMI:NTS CITY PRCJ,iECT :`do. 00703 Revised D_�:mber 20, 2012 012500-4 SUBSTITUTION PROCEDURES Page4 of4 1 2 3 4 5 6 7 8 9 10 m m 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specifed item. Submitted By: For Use by City SignaYure as noted F irm Address Date Telephone For Use by City: Approved City ._ _ _ Recommended � Recommended Not recommended Received late By Date Remarks Date CITY OF FORT WORTH STANDARD CONSTRUC'TION SPECIFICATION DOCUMENTS Revised December 2Q 2012 Rejected PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY NROJECT No. 00703 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 1.2 SECTION 0131 19 PRECONSTRUCTION MEETING A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment IS 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project Inanager c. Contractor's superii�tend�nt d. Any s�ibcontract��r or s�ag���lier representatives �vhom the C$�n�racYor may desire to invite or the City ni�y r�quest C1TY OF POR'C WORTH PROVINti OUTFrILL DRAINAGE IMP[tOVEMENTS STANDARD CONSTRUC'CION SYF,CIFI�':4'I'lON DOCUDAEN'rS CCI'Y PROJEC'P No. 00703 Revised August 17, 2.O12 O1 31 19-2 PRECONSTRUCT[ON MEETING Page2 of3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material I. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FOR'I' WORTFI YROV[NE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONS'TRUC'I'ION SPECIFICATION DOCUMGN'I'S C[TY PROJECT No. 00703 Revised August I 7, 2.0 ( 2 0131 19-3 PRECONSTRUCT[ON MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF PORT WORTH PROViNE OU'I'FALL DRh1NAGE; It�41'ROVEMENTS S"IANDARLI CONSTRUCTION SPEC?FiCA'PION DOCUMENTS C.'I'Y i'[:t)JTC'1' No. Q0703 Kevised August 17, 2012 013120-i PROJECT MEETINGS Page I of3 � 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0131 20 PROJECT MEETINGS 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. I1 12 13 14 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROC�DURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 l. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting I ocation 3b a. Loc;ation of ine�ting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORT'H PROVINE OU'I'FALL DRAINAGE IfviPROVEMENTS STANDARD CONSTRUCTION SPECIF[CA'PION DOCUMENTS CITY PROJECT No. 00703 Revised Juiy I, 201 1 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4$ b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives £ Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards l. Psnding changes and substitutions m. R�view proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other aontracts of the PrQj�rt n. Revizw Record Dacuments a. RPvie�v monthly pay request p. Revie.-v status of i2equesis for ?i�!osmation CITY OF FORT WORTH PROVINE OUTFALL DR�#INAGE IMPR�'VF�1f;N'PS S"CANDAKD CONS7'RL�C'i ION SFF:^IF[G�7'lQN i�UCU�ILN'PS CITY PRO,!'��C'!' Nn. 00"/Q3 Revised July 1, :'_01 1 Ol 3( 20-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUC'C[ON SPECIFICATION DOCUMENTS CITY PROJECt No. 00703 Revised July I, 201 I 0] 32 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 � 3 PART1- GENERAL 4 1.1 SUMMARY SECTION Ol 32 16 CONSTRUCTION PROGRESS SCHEDULE 5 A. SectionIncludes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. None. 12 13 14 15 1.2 16 17 18 19 1.3 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program proj ects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the SpecifiGation and herein. Large and/or very complex projects with long durations, high public visibility 1) Cxamples might include a water or wastewater treatment plant 2. Base�Ra�e Schedule - Initial schedule submitted before work begins that wiil serve as the baselin� for m��.surin�; }�t•��re �s �►nd departures �rom the schedule. 3. �'rs�gres� �� fiz�c]u!� -?�'Iontr�ty sui�mittal of a prc�gr�.ss schedul� documenting progress o�l the proje��t ar.d any e;hanges anticipated. CITY OF FOK"f WOR'1'H PROVTNE OUTFAL[, llRAI1JAC2E [MPROVEML'NTS S'PANDARll C:OiVSTItUCf10N SPECiF[CATION D!1CUMGN'I'S CI7'Y i'ROJECT Tto. 00703 RevisedJulp I, �411 O1 32 t6-2 CONSTRUC'CION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. I 1 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 17 18 19 B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progess Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades}, equipment and work schedule (overtime, weekend and holiday �4 work, etG.) to be �mployed by the �Contractor in �r�i�r to remove �r arrest the de{ay 45 to the critical path in the apprc�ved schedule. 46 a. No additional cost For such wark will be considered. CITY OF FORT WORTH PROVINE OUTFALL DRA[NAGE IMPROVEMENTS STANDACCD CONS'CRUCTION SPECIFICATION DOCUMEPJTS CI1'Y PROJECT No. 00?03 Revised Juty I, 201 1 O1 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension wili be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City wili direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right ta reserve and apportion float time according to the needs of the project. CITY O[� FORT WORTH PRUVINE OUTPALL DRAINAGE TMPROVtin-�EN'PS STANDA.RD CONS'TP.UCTION f_�PECI(?C��TION UQCUi1IENTS CIT'Y FROJECI' No. 007Q3 Revised July 1, 201 I Ol 32 16 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 34 35 36 37 38 39 C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. ' D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARU CONSTRUCI'lON SPECIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised July 1, 2011 01 32 16 - 5 CONSTRUCTIONPROGRESSSCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE) CONDITIONS (NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME S[JMMARY OF CHANGE 18 CI'Cl' Oi� FORT WORTH PRUVING OU'CFr1LL DRAINAGF IMPROVC:MI:NTS S'PANDA2D CON:7I'RUCT[ON SPI;CIPfCA"1'lON D`JCUMGN'1'S CITY PROJECI' IVo. Q0703 Revised July t,?.0; i � 013233-1 PRECONSTRUCTION VIDEO Page I of 2 ra 3 PART 1 - GENERAL SECTION Ol 32 33 PRECONSTRUCTION VIDEO 4 l.l SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 l.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WAI2�NTi' [NOT U�ED] 33 �ART 2 - FRODUC'i'� ��IOT USED] CITY OF FORT WO[YCH PROVINE OUTFALL DRAINAGE [MPROVEMENI'S STANDARLI CpNS'CRUCTION SVECIF[CATION DOCUMEN'CS CTTY YRO.IECT No. 00703 Revised July I, 2011 Ol 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SZ.JMMARY OF CHANGE 4 CITY OF }'ORT WCit2TH PROVINF, QUTi�ALL QRAINAGG [MPROVEMEN'CS STANDARD CONS7`lYUC7'!ON SP�CJFICATIC:N GOCIiMENTS CITY I'ROJECT Ntr. 00703 Reeised Juiy I, 20i i O1 33 00 - 1 SUBMITTALS Page 1 of S 1 2 3 PART 1 - GENERAL 4 l.l SUMMARY SECTION 0133 00 SUBMITTALS 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 l. None. 14 15 16 17 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testin� d) Purchasing e) Fabrication fl Delivery �;) Simi(ar sequenced activities c. No extertsion of time will be authori�ed because vf the Contractor's failure to transmit submittals sufficiently in advance ofthe Work. CITY OF FORT WOR"CH PftOVINE OUTFALL DRAINAGE IMPROVEN[ENTS STANDARll CONSTRUCTION SPECIFICATiON DOCUIv[F,NTS CITY PROJECT No. OU703 Revised December 20, 20I2 O13300-2 SUBMITTALS Page 2 of 8 l 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certifcation Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, feld construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8'/2 inches x 11 inches to 8'/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contr�actor Certification b. List of items / Table of Contents c. Proc�uct Data /Shop Drawiugs/Samples /Calculations �'. S�ibmittal Content l. 'i'tae date of suLmission and the dates ciariy prev�a���s subrr�issions CITY OF F02'1� WOR1'f{ PROViNI: OUTi�ALL DRAINAGE Ii�iPKCJVGMLNTS STAh�DAKI) CON5T1?t!CTION SFGCIP[CilTIUN DOCUMFNTS CITY PROJ}:C'P No. 00703 Revised December 20, 2012 O 1 33 00 - 3 SUBMITTALS Page 3 of 8 2 3 4 5 6 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 F. Shop Drawings 1. As specifed in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Rfl�ighing-in diagrams and templates 5) Catalog cuts 6) Product ph�togra�hs CITY OF FOR'I' WORTH PROVIDIE OUTFtU.L DRAINAGE [MPRUVEMENTS S7'ANnAKD CONSTRUCTION SPCC[FICAT[ON L)OCUMF.NTS CdTY PROJECT No. 00703 Revised December'L0, 2012 o� 33oo-a SUBMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certiftcations 10) Mill reports 1 I) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specifed in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualifed approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution l. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH PROV(NE OUTFALL DRAtNAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJEC'I' No. 00703 Revised December 20, 2012 Ol 3300-5 SUBMITTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings retut•ned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop dt•awings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specifed. K. Submittal Review 3 4. 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Per►nitting any depal•ture from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefoce. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and t►•ades, fol• selecting fabrication processes, foi• techniques of assembly and for performing Work in a safe manner. If the shop drawings, data or samples as submitted describe variations and show a departure fi•om the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under I of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CI'CY OF FORT WORTH PROVfNE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 2Q 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 33 00 - 6 SUBMITTALS Page 6 of 8 0 � c. � 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the finai product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. Code 4 1) °NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handied in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for ail such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH PROVINE OUTFALL DRA[NAGE [MPROVEMENTS STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS C[TY PROJECT No. 00703 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 L Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standar•d of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Quali�ications I 1 1. If specifically required in other Sections of these Speci�ications, submit a P.E. 12 Certifcation for each item required. 13 14 IS 16 17 18 19 ZO 21 22 23 24 25 26 27 28 29 30 1.5 N. Request for Infor•mation (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification . 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-�cx", beginning with "O l" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is requii•ed, the City will issue a Field Order or Change Order, as appropriate. SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 37 l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPEC(FICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 O13300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION (NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 013513-I SPEC[AL PROJECT PROCEDURES Page 1 of 8 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 A. Section Includes: SECTION 0135 13 SPECIAL PROJECT PROCEDURES The procedures for special p�•oject circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines a Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Dt•op Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Cocps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations fi•om this City of Fort Worth Standard Specification l. None. 20 C. Related Specification Sections include, bttt are not necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1- General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 L2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coot•dination within Railroad permit at�eas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment l) The wor•k performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees requiced to protect the right-of-way and pcoperty of the Railroad fi•om damage arising out of and/or fi•om the construction of the Project. 2. Railroad Flagmen C[TY OF FORT WORTH PROV[NE OUTFALL DRAINAGE IMPROVEMENTS S'I'ANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS C[TY PROJECT No. 00703 Revised December 20, 2012 Ol 35 l3 -2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the S ite. c. The price bid shall include: l) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 16 17 18 19 20 21 22 23 1.4 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specifcation, unless a date is specifcally cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specifcation ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approva] from the Texas Department of Transportation B. Work near High Voltage Lines l. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shali be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 2Q 2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 a. Notifcation shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entiy Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All othet• confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days l. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through Octobec• 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing 1•equires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, oc alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and pi•oof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section Ol 31 13 G. Water Department Coordination C[TY OF FORT WORTH PROVINE OUTFALL DRAINAGE 1MPROVEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 Ol 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 1. During the construction of this project, it wili be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie fl and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notifcation Prior to Beginning Construction 1. Prior to beginning construction on any biock in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. L Pubiic Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMGNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'CS CITY PROJECT No. 00703 Revised December 20, 2012 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 l 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 b. Prepare flyer on the contractor's lettet•head and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained fi•om the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where t•ailroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Othei• employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or fi•om the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Contcol L Use acceptable measures to contt•ol dust at the Site. a. If water is used to control dust, capture and propecly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of sluriy. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FOR'I' WOR'CH P20V[NE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCT[ON SPECIP[CATION DOCUMENTS C[TY PROJECT No. 00703 Revised December 2Q 2012 Ol 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 l.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY (NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] I i END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/20I2 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WOR'I'H PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 Ol 3513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 8 9 10 tt 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXHIBIT A (To be printed on Contractor's Letterhead) ' THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> �C].C3 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 PROVINE OUTFALL DRA[NAGE IMPROVEMENTS STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS C['['Y PROJECT No. 00703 Revised December 2Q 2012 Ol 3513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 2 EXHIBIT B FORTWORTH Dete: DOE HO. XXXX Project Nama: N01'ICE OF TEMPORARY WATER SLRVICE INTEBRLiPTIOI�i DU� TO UTII.ITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETW�EN THE HOURS OI' AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRAC'tORS SUPERINTENDENT) (TELEPHONE NUMBE[2) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL II� AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 3 4 C[TY OF FORT WORTH PROVINE OUTFALL DRA[NAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 O14523-t TEST[NG AND INSPECT[ON SERVICES Page 1 of2 � 3 PARTl- GENERAL S�CTION O1 45 23 TEST[NG AND INSPECTION SERVICES 4 1.1 SUMMARY 5 A. Section Includes: 6 I. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 1.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROC�DURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible fot• performing and payment for first set of Quality Assurance testing. 1) If the fii•st Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Conti•actor have been paid in full. REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing I. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH PROV[NE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised July I, 201 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 � O14523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 ` Revised July i, 2011 oi s000-i 'I'EMPORARY FACILITIES AND CONTROLS Page 1 of4 1 2 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessai•ily limited to: a. Temporary utilities b. Sanitary facilities c. Stot•age Sheds and Buildings d. Dust control e. Temporary fencing of the construction site Deviations from this City of Fort Worth Standard Specification l. None. A 13 B. 14 15 16 17 18 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is consideced subsidiary to the vat•ious Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIR�MENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporaiy Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies fot• temporat•y services. b. Abide by cules and regulations of utility service companies o►• authot•ities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessaiy for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required fot• and in connection with Woi•k to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water foi• domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired C[TY OF FORT WORTH PROVINE OUTFALL DRAINAGG IMPROVEMEN7'S STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised July l, 201 I 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 5000-2 TEMP02ARY FAGLCI'IES AND CONTROLS Page 2 of 4 3 4. 5 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation: 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control C[TY OF FORT WORTH PROVINE OUTFALL D2AINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised July 1, 2011 1 2 3 4 5 6 7 8 � 01 5000-3 TGMPORARY FAC[L[TIES AND CONTROLS Page3 of4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Conti•actor remains on-call at all times b. Must respond in a timely manner F. Temporary Pt•otection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 14 l.11 rIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporaiy Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [R�PAIR] / [R�STORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporaiy Facilities CITY OF FOR7' WOR'I'H PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised Ju(y I, 201 1 oi s000-a TEMPORARY FACILI'I'[ES AND CONTROLS Page4 of4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PROV[NE OUTrALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised July 1, 20 t 1 01 55 26 - I STREET USE PERMIT AND MODIF[CATIONS TO TRAFFIC CONTROL Page 1 of3 � SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTl- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specifcation Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Trafiic Control 16 1.2 PRICE AND PAYMENT PROCEDURGS 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REF`ERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traff'ic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREM�NTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traffic control plans at•e included in the Drawings, pr•ovide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Pet•mit is r•equired. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY O[' FORT WOR'I'H PI20VfNE OUTFALL DRA[NAGE [MPROVEMENTS STANDARD CONST2UCTION SPEC[FICATION DOCUMENTS CITY PROJECT No. 00703 Revised July i, 2011 O15526-2 STREET USE PERMIT AND MOD[F[CATIONS't0 TRAFFIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modiiication to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control pians in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not deiayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Tra�c Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 l.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENT3 CITY PROJECT No. 00703 Revised July t, 2011 Oi 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page3 of3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FOR'i' WORTH PROVINE OUTFALL DRA[NAGE IMP20VEMENTS STANDARD CONSTRUCTION SPECIF[CA'I'ION DOCUMENTS C[TY PROJECT No. 00703 Revised Juty l, 201 I 015713-1 STORM WATER POLLUTION PREVENT[ON Page 1 of 3 1 2 SECTION O1 57 13 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 14 A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Speci�cation refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CI'TY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUNtENTS CITY PROJECT No. 00703 Revised July l, 201 I 01 57 l3 -2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 l. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ cequirements 4) Once the project has been comp(eted and all the closeout requit•ements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Depat•tment of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. S WPPP 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the P►•econstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City PI•oject Manager a) City Project Manager will focward to the City Department of Transportation and Public Works, Environmental Division for review C[TY OF FORT WORTH PROVINE OUTFALL DRAtNAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS C[TY PROJECT No. 00703 Revised July l, 201 I 01 57 13 - 3 STORM WATER POLLUTION PREVENT[ON Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE f[�7 CITY OF FORT WORTH PROVINE OUTFALL DRA[NAGE [MPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS C[TY PROJECT No. 00703 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page I of3 � 3 PART1- GENERAL SECTION Ol 58 13 TEMPORARY PROJECT SIGNAGE 4 l.l SUMMARY 5 A. Section Includes: 6 l. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract I 1 2. Division 1— General Requirements 12 1.2 PRIC� AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 l.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWN�R-FURNISHED [oaj OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 I. Provide free standing Pi•oject Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH PROVINE OUTFALL DRA[NAGE [MPROVEMENTS STANDARD CONSTRUCTION SPEC[FICA1'ION DOCUMENTS CITY PROJECT No. 00703 Revised July I, 2011 015813-2 TEMPORARY P20JECT SIGNAGE ��� Page 2 of 3 1 2 3 4 5 B. Materials l. Sign a. Constructed of'/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURC� QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION (NOT USED] 3.4 INSTALLATION � A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WOR'I'H PROV[NE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00'703 Revised July 1, 2011 OI 58 13-3 TEMPORARY P20JECT S[GNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE C['i'Y OF FORT WORTH PROV[NE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS CITY PROJECT No. 00703 Revised July l, 20l I 1 2 3 PART1- GENERAL 4 l.l SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] , 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ' 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH PROVINE OUTFA[,L DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS C[TY PROJECT No. 00703 Revised December 2Q 2012 o� 60 00 - � PRODUCT REQUIREMENTS Page 1 of2 01 6000-2 PRODUCT REQUI2EMENTS Page2 of2 1 1.10 D�LIVERY, STORAG�, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location ofCity's Standard Product List CITY OF FORT WORTH PROVINE OU"['FALL DRAINAGE IMP20VEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 O l 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of4 1 2 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 l.l SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES (NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORT[i PROVINE OUTFALL DRA[NAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised July 1, 2011 Ol 6600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical ot• 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 8 9 10 11 12 13 14 15 16 17 B. Handling Requit•ements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Speciftcations. 2. Make necessary provisions for safe storage of matei•ials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 18 3. 19 20 21 22 4. 23 24 5. 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 Keep materials and equipment neatly and compactly stol•ed in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage (ocations for inspection by City's Project Rep►•esentative. 6. Do not use lawns, grass plots or other private propet�ty for storage purposes without written per•mission of owner or other person in possession or control of premises. 7. 8. . 1 Store in manufacturers' unopened containers. Neatly, safely and compactly stadc materials delivered and stored along line of Work to avoid inconvenience and damage to propei�ty owners and general public and maintain at least 3 feet from fire hydrant. Keep public and private driveways and street crossings open. Repair or r•eplace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS S'I'ANDARD CONSTRUCTION SPEC[E[CAT[ON DOCUMENTS C[TY PROJECT No. 00703 Revised July I, 201.i Ol 6600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page3 of4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY (NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oH] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment fi•om exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised July 1, 2011 O( 6600-4 PRODUCT STORAGE AND HANDLING REQU[REMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PROV[NE OU'I'FALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMEN'1'S C[TY PROJECT No. 00703 Revised July 1, 2011 ot �o 00 - i MOB[LIZATION AND REMOBILIZATION Page 1 of4 2 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION Ol 70 00 MOBILIZATION AND REMOBILIZATION A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembiy 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 oi �000-z MOBILIZATION AND REMOBILIZAT[ON Page 2 of 4 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies fi•om the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work foi• which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fo��t Wot�th Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as speciiically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit pr•ice per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section I.1.A.2.a.2) d. No payments will be made for standby, idle time, ot• lost profits associated this Item. C[TY OF FORT WORTH YROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT►ON SPECIF[CAT[ON DOCUMGNTS CITY PROJECT No. 00703 Revised December 20, 2012 01 7000-3 MOB[L[ZAT[ON AND REMOBILIZAT[ON Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Ciaim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section I.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section I.1.A.4.a) 2) Demobilization as described in Section 1.I.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.'7 CLOSEOUT SUSMTTTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH PROV[NE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONST2UC7'ION SPECIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 oi �000-a MOB[LIZAT[ON AND REMOBILIZATION Page 4 of 4 1 l.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH P20VINE OUTFALL DRA[NAGE IMP20VEMEN'i'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C[TY P20JECT No. 00703 Revised December 2Q 2012 017123-1 CONSTRUCT[ON STAKING AND SURVEY Page 1 of4 1 2 3 PARTl- GEN�RAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 SECTION O1 '7123 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be ailowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section O 1 33 00. 32 B. All submittais shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. C[TY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJEC7' No. 00703 Revised December 2Q 2012 01 71 23 - 2 CONSTRUCT[ON STAKING AND SURVEY Page 2 of4 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that constr•uction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for prese►•ving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contc•actor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Sw•vey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. a It is the Contractor's responsibility to coordinate Construction Survey such that consh•uction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during consti•uction operations. 1) City shall perform t•eplacements and/or restorations. 3. General a. Construction survey will be perfot�med in order to maintain complete and accurate logs of control and survey work as it pcogresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Evety 250 linear feet CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMP20VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 O1 71 23-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 c. Q (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specifed tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 49 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] C[TY OF FOR'C WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 O( 7( 23-4 CONSTRUCTION STAK[NG AND SURVEY Page4 of4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USEDJ 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 t2 13 14 15 16 17 18 19 20 21 22 23 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING (NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACFIMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH P20V[NE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Ol 74 23 - 1 CLEANING Page 1 of4 SECTION Ol '74 23 CLEANING 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS C[TY PROJECT No. 00703 Revised July l, 2011 oi �a2s-a CLEAN[NG Page 2 of 4 1 l.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FLJRNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces l0 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] I S 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 30 31 32 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety ordei•s of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitaiy drains ot• sewet•s. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner appt•oved by City and regulatory agencies. C[TY OF FORT WORTH PROV[NE OUTFALL DRA[NAGE fMPROVEMENTS STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS CITY PROJECT No. 00703 Revised July I, 201 I OI7423-3 CLEANING Page3 of4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategicaily located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a ciear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated dut•ing construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop o�ce and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTF► PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 2evised July l, 201 I I 2 3 4 5 6 7 8 9 ot �az3-a CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon appt•oval by City, remove erosion control fi�om site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CI'CY OF FORT WORTH PROV[NE OUTFALL DRA[NAGE IMPROVEMENTS S1'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CtTY PROJECT No. 00703 Revised July t, 201 I 1 2 3 PARTl- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of3 SECTION 0177 19 CLOSEOUT REQUIREMENTS 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment wiil be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits l. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCCIMENTS CITY PROJECT No. 00703 Revised December 20, 2012 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] DI 8 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section O1 78 39 I 1 2. Operation and Maintenance Data, if required, in accocdance with Section O 1 78 23 12 B. Pi•ior to requesting Final Inspection, perform final cleaning in accordance with Section t3 O1 74 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work requir•ed to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the i•equi�•ed Woi•k has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specifled spare parts b. Adequate oil and grease as required for the first lubcication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH PROV[NG OUI'FALL DRAINAGE [MP20VEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the foilowing additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Finai Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 2Q 2012 01 78 23 - I OPERATION AND MAINTENANCE DATA Page I of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 ll 12 13 14 15 16 17 1.2 18 19 20 21 1.3 SECTION Ol 78 23 OPERATION AND MAINTENANCE DATA A. Section Includes: 1. Product data and i•elated information appropt•iate for City's maintenance and operation of products furnished under Contr•act 2. Such products may include, but are not limited to: a. Traffic Controllet•s b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contt•act 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. REFERENCES [NOT US�D] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final foi•m to the City within 30 calendar days of p►•oduct 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section Ol 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form l. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal a Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH PROVINE OUTFALL URAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 017823-2 OPERATION AND MA[NTENANCE DATA Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 4 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durabie and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. C[TY OF FORT WORTH PROV[NE OUTFALL DRAINAGE [MPROVEMENTS S'I'ANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 Ol 7823-3 OPERAT[ON AND MAINTENANCE DATA Page3 of5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectur•al products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standai•ds 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable pacts b. Operating procedures I) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagl•ams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT W02TH PROVINE OUTFALL DRAINAGE [MP20VEMENTS STANDARD CONSTRUCT[ON 3PECIFICATION DOCUMENTS CITY PROJECT No. 00703 2evised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electricalservice 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions I'7 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personneL 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH PROVINE OUTFALL DRAtNAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 2evised December 2Q 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.S.A.1 — title of section removed CITY OF FORT WORTH PROVINE OUI'FALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 Ol 78 39 - 1 PROJECT RECORD DOCUMENTS Page i of4 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 SECTION Ol 78 39 PROJECT RECORD DOCUMENTS 1.1 SUMMARY A. Section Inciudes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payrnent 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Priot� to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other pocuments where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OP FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised July 1, 20 i l Ol 7839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 � 16 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regal•ding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and fi•om loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FLJRNISH�D [oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 20 2l 22 23 24 25 26 27 2.2 RECORD DOCUMENTS A. Job set I. Promptly following receipt of the Notice to Proceed, secure fi•om the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 31 INSTALLERS [NOT USED] 30 31 32 33 34 35 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C[TY PROJECT No. 00703 Revised July I, 201 I Ol 78 39 - 3 PROJECT RECORD DOCUMENTS Page3 of4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4. 5. 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with instaliation of the infrastructure. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identifcation sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. C[TY OF FORT WORTH PROVINE OUTFALL DRA[NAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised July l, 2011 Ol 7839-4 PROJECT RECORD DOCUMENTS Page 4 of4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 2l 22 23 24 25 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfet• of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FI�LD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTI-I PROVING OUTFALL DRA[NAGE IMPROVEMEN'I'S STANDARD CONS'I'ItUCTION SPECIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised July I, 201 I ROCK EXCAVATION AND DISPOSAL SPECIAL SPECIFICATION PART 1 - GENERAL 1.01 DESCRIPTION: A. Remove and dispose of rock, as defined in Section 33 OS 10, Measurement and Payment. B. Rock excavation shall be performed by any ofthe following methods typically used in the construction industry: 1. Expansive agents or tools. 2. Mechanical means. 3. Combinations of above. 4. Blasting is not acceptable. 1.02 QUALITY ASSURANCE: A. If rock is excavated beyond the limits of payment indicated on the drawings, specified, or authorized in writing by the Engineer, backfill excess excavation, whether resulting from over breakage or other causes, at no additional compensation and as specified in Part 3 - EXECUTION. 1.03 SAFETY REQUIREMENTS: A. OSHA 1. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations 1.04 JOBSITE CONDITIONS: A. Protect structures, underground utilities, and other construction from damage caused by excavation. � B. A geotechnical report was prepared for this Project and is provided as an attachment to the Contract Documents. C. As specified in Section 9999.0001 the Contractor is responsible for the installation and monitoring of geotechnical instrumentation (deformation monitoring points, inclinometers, etc.) and observation wells, piezometers during the entire construction period. Page 1 of3 PROV[NE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 D. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warc•anty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. Data is made available for the convenience of the Contractor. PART 2 — PRODUCTS [NOT USED] PART 3 - EXECUTION 3.01 ROCK REMOVAL — MECHANICAL METHODS: A. Excavate and remove rock by the mechanical methods. 1. Drill holes and utilize expansive agents, tools or wedges, mechanical disintegration compound to fracture rock. B. Cut away rock at bottom of excavation to form level bearing. C. Remove shaled layers to provide sound and unshattered base for footings and foundations. D. In utility trenches, excavate to 6 inch below invert elevation of pipe and 6 inch wider than pipe diameter. E. Remove excavated materials from site. F. Corr•ect unauthorized rocic removal in accordance with backfilling and compacting requirements of Sections 33 OS 10. 3.02 PROCEDURE: A. Excavate rock in pipe trenches to no less than 6 in. below the outer wall of HDPE pipe. Before pipe is laid, provide embedment per plans to correct subgrade e(evation. Use compacted, specified material indicated on drawings, or the material specified for bedding pipe to backfill excess excavation. Furnish and place at no additional compensation. B. Fill excess excavation below elevation of the top of bedding, cradle, or envelope when in pipe trenches with material of same type and placed and compacted in same manner as specified for bedding, cradle, or envelope. C. At option of Contractor, fill excess excavation in rocic beneath foundations with Class C concrete in accordance with Section 03 30 00. D. Remove shattered rock. If rock below normal depth is shattered due to drilling operations of Contractor and Engineer considers such shattered rock to be unfit for Page 2 of3 PROVINE OUPFALL DRA[NAGE IMPROVEMENTS C[TY PROJEC'P No. 00703 foundations, remove it and backfill excavation with concrete as specified, except that in pipe trenches, use screened gravel for backfill. Do such removal and backflling at no additional compensation. E. Remove dirt and loose rock, as directed, from designated areas and clean surface of rock using steam to melt snow and ice, if necessary. Remove water in depressions, so that whole surface of designated area can be inspected to determine whether seams or other defects exist. F. Roughen surfaces of rock foundations suffciently, cut into benches or steps to bond well with masonry and embankments to be built thereon. G. Remove from the rock surface to remain all vegetation, dirt, sand, clay, boulders, scale, excessively cracked rock, loose fragments, ice, snow, and other objectionable substances. Use picking, barring, wedging, streams of water under sufficient pressure, stiff brushes, hammers, steam jets, and other effective means to accomplish this cleaning, and remove free water left on the surface of rock. Perform all of above before any masonry or embankment is built on or against rock. H. Remove piles of boulders or loose rock encountered within limits of earth embankments for disposal. Use of excavated rock in backfilling trenches subject to Section 33 OS 10: Part 2— Products. J. Backfill with material obtained from outside sources at no additional compensation, when material specified for backfilling is not available in sufficient quantity from other excavations. END OF SECTION Page 3 of3 PROV[NE OUTFALL DRAINAGE [MPROVEMENTS CITY PROJECT No. 00703 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I of20 1 2 SECTION 33 OS 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACI<FILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution ot• Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Stot•m Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific tt•ench safety d. Pumping and dewatering e. Embedment £ Concrete encasement for utility lines g. Backf'ill h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. For excavation & disposal of rock material within the proposed 20' drainage easement, refer to Rock Excavation & Disposal Special Specification included within this document. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 I S— Paving Removal 5. Section 02 41 14 — Utility RemovaVAbandonment 6. Section 03 30 00 — Cast-in-place Concrete 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 8. Section 31 10 00 — Site Clearing 9. Section 31 25 00 — Erosion and Sediment Control 10. Section 34 71 13 — Traffic Control 1 1. Rock Excavation & Disposal Specifcation. CITY OF FOR7' WORT[-[ PROVINE OUTFALL DRAINAGE IMPROVEMEN'I'S STANDARD CONST2UCT[ON SPECIFICATION DOCUMF.NTS CITY PROJECT No. 00703 Revised December20, 20t2 2 3 4 5 6 7 8 9 10 il 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 330510-2 UTIL[TY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 2 �3 4. Trench Excavation, Embedment and Backfill associated with the installation of an underground utiiity or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall oniy be paid when using materials for embedment and backfill other than those identifed in the Drawings. The work performed and materials furnished in accordance with pre-bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" delivered to the Site. c. The price bid shall include: 1) Furnishing, hauling, placing and fnishing concrete in accordance with Section 03 30 00 2) Clean-up Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals CITY OF FORT WORTH PROV[NE OUTFALL DRA[NAGE IMPROVEMENTS STANDARD CONSTRUCTION SPGCIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 33OS 10-3 UT[LITY TRENCH EXCAVATION, EMBEDMENT, AND BACKF[LL Page 3 of 20 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water fl Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require ti•ench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpa►•t P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 17 1.3 REFERENCES 18 19 20 21 22 23 24 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfll, pipe zone, haunching bedding, spi•ingline, pipe zone and foundation are defined as shown in the following schematic: CITY OF FORT W02TH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCTION SPEC[FICA"C[ON DOCUMENTS C[TY PROJECT No. 00703 Revised December 20, 2012 33OS 10-4 UTILI'I'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 � �. �;. � ��,; Y �j, C.J Q y_ m � Q Z j' i \ 'i i /\ iUITIAL _� DACKFIL� � � ' - ,. w z ;� o �� , ; SPRIN�I INE ��, �, � ��� . HAUNCHING -� ., I BFCDING '��' ,� �.i FOUNDA iION ;i ; �., ���; i:', PAVED AREAS'��:;� U�PkVED I�REAS �����. %;,. EXCAVATED TRENCN `NiDTH � � � �. �� � ,;, ':� � _� � � �; Y , ;� � �/ m J Q Z �`// L� /`�C ,,� ; ;� w .A�' z `% o ' N `< w � �'% � i ",,�� ��:;(:�! ._��;,� OD CLEARAi�CE 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured fi•om the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggegates b. ASTM C88-OS Soundness of Aggegate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Const►�uction. CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENT3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 2Q 2012 330510-5 UT1L[TY TRENCH EXCAVA7'[ON, EMBEDMENT, AND BACKFILL Page 5 of 20 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 e. f. g• h. i. J• k. l. m 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D588 — Standard Test method for Moisture-Density Relations of Soil- Cement Mixture ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications ASTM D2922 — Standat•d Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting e,ccavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 30 1. Sequence wot�k for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 01 33 00. 36 B. All submittals shall be approved by the City prior• to construction. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 42 43 44 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations 3. Stockpiled excavation and/or bacl�ll material CITY OF FORT WORTH PROVINE OUTPALL DRAINAGE [MPROVGMENTS STANDARD CONST2UCTION SPEC[E[CATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 330510-6 UT[LI'tY TRENCH EXCAVATION, EMBEDMENT, AND BACKF[LL Page 6 of 20 1 2 3 a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 4 1.'7 CLOSEOUT SUBMITTALS (NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 6 1.9 QUALITY ASSURANCE [NOT USED] 7 110 DELIVERY, STORAGE, AND HANDLING 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 � 30 31 32 33 34 35 A. Storage 1. Within Existing Rights-of-Way (ROVI� a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions l. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTI-1 PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 3305 10-7 UTILITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKEILL Page 7 of 20 112 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 Z. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free fi•om significant silt clay or unsuitable materials e. Pel•centage of wear not more than 40 percent per ASTM C 131 or C535 £ Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not mo►•e than a 12 pet•cent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free fi•om significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent ma;cimum loss when subjected to 5 cycles of sodi�un sulfate soundness per ASTM C88 5. Acceptable Backiill Material a. In-situ o►• impor•ted soils classified as CL, CH, SC or• GC in accordance with ASTM D2487 b. Free fi•om deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids CITY OF FORT WORTH PROV[NE OUTFALL DRA[NAGE IMPROVEMEN'i'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND F3ACKF[LL Page 8 of20 d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backiill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand l) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C 142, less than 0.5 percent (2) Lightweight pieces, ASTM C123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II portland cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compt•essive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of deiivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geote.ctile composed of polypropylene fibers CITY OF FOR'C WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCT[ON SPECIF[CA'tION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 20 1 2 3 4 5 6 7 8 9 10 ll 12 13 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High-tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A : Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility ownei•s within the pi•oject limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to unde�ground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 35 3.3 PREPARATION 36 A. Protection of In-Place Conditions 37 1. Pavement 38 a. Conduct activities in such a way that does not damage existing pavement that is 39 designated to remain. C[TY OF FORT WORTH PROV[NE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 33 OS l0 - 10 UT[LITY T2ENCH EXCAVAT[ON, EMBEDMENT, AND BACKF[LL Page 10 of 20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. £ Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is speciiically allowed in the traffic control plan �� c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIP[CATION DOCUMENTS C1TY PROJECT No. 00703 Revised December 20, 2012 330510-I1 UTILITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILL Page 1 I of20 3.4 INSTALLATION 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Excavation Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassiiied. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. 3. Excavate to a width sufiicient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in-situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Ovet• Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made foc over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In-situ soils classified as unacceptable backfill material shall be separated fi•om acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Speciiication, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock — No additional compensation will be paid for rock excavation or other changed iield conditions. B. Shoring, Sheeting and Bracing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Fw•nish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountet•ed that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufitcient quantities to adversely affect the suitability of the Excavation Pi•otection System. Movable bt•acing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: C[TY OF FOR't WORTH PROV[NE OUTFALL DRA[NAGE IMP20VEMENTS STANDARD CONS'I'RUCT[ON SPEC[F[CATfON DOCUMENTS CITY PROJEC'I' No. 00703 Revised December 2Q 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 05 10-12 UT[LITY TRENCH EXCAVATION, EMBEDMGNT, AND BACKFILL Page 12 of 20 a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Controi Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission f'rom the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement Water Lines less than, or equal to, 12 inches in diameter: CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IN[PROVEMENTS STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 2Q 2012 33 05 10-13 U'CILITY T2ENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 2 3 4 a. b, c. The entire embedment zone shall be of uniform material. Utility sand shall be generally used for embedment. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not speciiically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. Place evenly spread bedding material on a firm trench bottom. Provide firm, uniform bedding. Place pipe on the bedding in accordance with the alignment of the Drawings. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. Compact embedment and initial backfll. Place marker tape on top of the initial trench backfill. 7 d. 8 e. 9 f. 10 g. 11 12 13 14 15 16 17 18 19 h. � k. l. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2. Water Lines 16-inches through 24-inches in diametet•: a. The entir•e embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. a Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional c►•ushed rock is required not specifically identified in the Contract Documents, then crushed t•ock shall be paid by the pre-bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines 40 j. Place and compact embedment material to adequately support haunches in 41 accordance with the pipe manufacturer's recommendations. 42 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 43 but not more than 12 inches, above the pipe. 44 L Where gate valves are present, the initial backfill shall extend to up to the valve 45 nut. 46 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 47 ASTM D 698. 48 n. Density test may be performed by City to vei•ify that the compaction of 49 embedment meets requirements. 50 0. Place trench geotextile fabric on top of the initial backfill. CITY OF FORT WOR"['H PROV[NE OUTFALL DRA[NAGE [MPROVEMENTS STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS C[TY PROJECT No. 00703 Revised December 20, 20I2 33 05 10-14 UT[LITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILL Page ( 4 of 20 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3 4 p. Place marker tape on top of the trench geotextile fabric. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identifed in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) �1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backf'ill, to a minimum of 6 inches, but not more than l 2 inches, above the pipe. k. Where gate valves are present, the initial backfll shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backf 11. o. Piace marker tape on top of the trench geotextile fabric. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit pr�ce. £ Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring Iine prior to compaction. C[TY OF FORT WOR'I'H PROVINE OUTFALL DRAINAGE [MPROVEMEN'CS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 33 05 10 - I S UCIL[TY T2ENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILL Page 15 of 20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 `� j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, uniform bedding. 1) Additional bedding may be requit•ed if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit pr�ce. g. Place pipe on the bedding according to the alignment of the Dt•awings. h. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor• ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. I. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Ct•ushed rock shall be used for bedding. b. The pipe zone and the initial backiill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding matet•ial on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is pcesent in the trench. 2) If additional crushed rock is requii•ed which is not specifically identified in the Contt•act Documents, then crushed rock shall be paid by the pre-bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. CITY OF FORT WORTH PROVINE OUI'FALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS CITY PROJECT No. 00703 2evised December 20, 2012 33 05 10-16 UT[LITY TRENCH GXCAVATION, EMBEDMENT, AND BACKF[LL Page 16 of 20 1 g. Place pipe on the bedding according to the alignment of the Drawings. 2 h. The pipe shall be within t0.1 inches of the elevation, and be consistent with the 3 grade, shown on the Drawings. 4 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 5 D698. 6 7. Water Services (Less than 2 Inches in Diameter) 7 a. The entire embedment zone shall be of uniform material. 8 b. Utility sand shall be generally used for embedment. 9 c. Place evenly spread bedding material on a firm trench bottom. 10 d. Provide firm, uniform bedding. 11 e. Place pipe on the bedding according to the alignment of the Plans. 12 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. . 13 8. Sanitary Sewer Services 14 a. The entire embedment zone shall be of uniform material. 15 b. Crushed rock shall be used for embedment. 16 c. Place evenly spread bedding material on a firm trench bottom. 17 d. Spread bedding so that lines and grades are maintained and that there are no 18 sags in the sanitary sewer pipe line. 19 e. Provide frm, uniform bedding. 20 1) Additional bedding may be required if ground water is present in the 21 trench. 22 2) If additional crushed rock is required which is not specifically identified in 23 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 24 price. 25 f. Place pipe on the bedding according to the alignment of the Drawings. 26 g. Place remaining embedment, including initial backfill, to a minimum of 6 27 inches, but not more than 12 inches, above the pipe. 28 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 29 i. Density test may be required to verify that the compaction meets the density 30 requirements. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in-place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Finai backfll depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backitll material, or c) Select backfll material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depth from 0 to15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required CITY OF FORT WORTH PROV[NE OUTFALL DRAINAGE [MPROVEMENTS S'tANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised December 20, 2012 33 OS 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 1 2) Backfill depth from 15 feet and greater 2 a) Backftll with: 3 (1) Select Fill 4 (2) CSS, or 5 (3) CLSM when specifically required 6 c. Final backfill depth 15 feet or greater: (not under pavement or futut•e pavement) 7 1) Backf'ill with: 8 a) Acceptable backfill material, or 9 b) Blended backfll material 10 d. Backf'ill for service lines: 11 1) Backfill for water or sewer service lines shall be the same as the 12 requirement of the main that the service is connected to. 13 3. Required Compaction and Density 14 a. Final backf'ill (depths less than I S feet) 15 1) Compact acceptable backfill material, blended backfill material ot• select 16 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 17 moisture content within -2 to +5 percent of the optimum moisture. 18 2) CSS or CLSM requires no compaction. 19 b. Final backfill (depths 15 feet and greater/under• existing or future pavement) 20 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 21 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 22 moisture. 23 2) CSS or CLSM requires no compaction. 24 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 25 1) Compact acceptable backfill material blended backfill material, or select 26 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 27 moistui•e content within -2 to +5 percent of the optimum moisture. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 4. Saturated Soils a. If in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils at•e considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils at•e identified in the Drawings or Geotechnical Report in the Appendix, Contractot• shall pi•oceed with Work following all backfill procedures outlined in the Dcawings for ai•eas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Cont�•actor shall: a) [mmediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill CITY OF FORT WORTH P20V[NE OUTFALL DRAMAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS C[TY PROJEC't No. 00703 Revised December 20, 2012 33 05 10-18 UTiL['CY TRENCH EXCAVATION, GMBEDMENT, AND BACKF[LL Page 18 of 20 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 � 7 37 3.5 REPAIR [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 41 42 43 44 45 46 47 A. Field Tests and Inspections a. Use only compaction equipment speciiically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial back�ll, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: � 1) Contractor 2) City Project Manager 3) City Inspector CITY OF FORT WORTH PROV[NE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS CI'tY PROJECT No. 00703 Revised December 20, 2012 33OS10-19 UTILITY TRENCH EXCAVATION, EMBGDMENT, AND BACKFILL Page I 9 of 20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. 3. 4) Engineer c. Notify the City if the chat•acteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notifled by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for tt•ench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the curt�ent lift in the available trench. e. Fot• final backfill depths I S feet and greater deep and under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite suff'icient time to test 2 additional lifts. f. Malce the excavation available for testing. g. The City will determine the location of the test. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) DIy density 6) Proctor identifier 7) Percent Proctot• Density Density of Embedment a. Stotm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will foilow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. 46 B. Non-Conforming Work 47 1. All non-conforming work shall be removed and replaced. CITY OF FORT WORTH P20VINE OUTFALL DRA[NAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"CS C[TY PROJECT No. 00703 Revised December 20, 2012 33 OS 10 - 20 UTILI'I'Y TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILL Page 20 of 20 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJLJSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 314 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 10 C[TY OF FORT WORTH PROV[NE OUTFALL DRAINAGE IMPROVEMENTS S"1'ANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS C[TY PROJECT No. 00703 Revised December 2Q 2012 330513-I FRAME, COVER, AND G2ADE 2[NGS Page I of4 � SECTION 33 OS 13 FRAME, GRATED COVER, AND GRADE RINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 1.2 15 16 17 18 19 20 2l 22 A. Section Includes: 1. Frame, grated cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults B. Deviations from this City of Fort Worth Standard Specification 1. See Section 2.2.B.4 Coveis C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure containing the frame, cover and grade r•ings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation will be allowed. 23 1.3 REFERENCES 24 25 26 27 28 29 30 31 32 33 34 35 1.4 A. Reference Standards 1. Reference standards cited in this Specification refec to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. Amer•ican Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and Re(ated Castings ADMINISTRATNE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accot•dance with Section Ol 33 00. PROV[NE OUTFALL DRA[NAGE IMPROVEMENTS CITY P20JECT No. 00703 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 4 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor detaiis e. Installation instructions B. Certificates l. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 25 26 27 28 29 30 31 32 33 34 35 36 37 PART2- PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Castings l. Use castings for fi•ames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. PROV[NE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 4. Covers — Use Bass & Hays 24" Grated Manhole Cover (Model 40024GR) or approved equal. C. Grade Rings 1. Provide grade rings in sizes fi�om 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non-traffic areas concrete or HDPE can be used. D. Joint Sealant 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependant on a chemical action for its adhesive properties or cohesive strength. 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT US�D] PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] t 6 3.2 �XAMINATION [NOT USED] 17 3.3 PR�PARATION [NOT USED] 18 3.4 INSTALLATION 19 20 21 22 23 24 25 26 27 28 29 30 31 A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover l. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. C. Joint Sealing I. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all fcame and cover assemblies. PROVINE OUTFALL DRAINAGE [MPROVEMENTS CITY PROJECT No. 00703 ; ' � 330513-4 FRAME, COVER, AND GRADE RINGS Page 4 of 4 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oa] SIT� QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP (NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION m 13 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 22'/z inches P20VINE OU'I'FALL DRAINAGG IMPROVEMENTS CI'CY PROJECT No. 00703 33ai li-� H[GH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 1 of7 1 2 SECTION 33 41 11 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 1.2 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Section Includes: 1. Furnishing and installing high density polyethylene (HDPE) storm drain pipe, 15- inch through 42-inch, including: � a. Pipe fittings b. Connecting drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the lines and grades shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. This specification shall inch�de furnishing and installing 42" HDPE storm drain pipe. C. Related Specification Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contt•act Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O 1 31 — Closed Circuit Television (CCT� Inspection 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Rock Excavation & Disposal Special Specification PRICE AND PAYM�NT PROCEDURES A. Measurement and Payment 1. HDPE Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe fi•om the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials fui•nished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per lineat• foot of "HDPE Pipe" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fttings 2) Jointing 3) Connections to all drainage structures 4) All materials 2. HDPE Lateral Lines a. Measurement PROVINE OU'I'FALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 33 41 11 - 2 HIGH DENSITY POLYETHYLENE (HDPE) P[PE FOR STORM DRA[N Page 2 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 3 � 1) Measured along the longitudinal centerline of the pipe from centerline of the connected main conduit to the termination point of the lateral as shown on the Drawings Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of HDPE Lateral Line installed for: a) Various sizes The price bid shall include: 1) Furnishing and instaliing the specified diameter pipe and appurtenant fittings 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 c. 2) Jointing 3) Connections to all drainage structures 4) All materials HDPE Structural Leads a. Measurement 1) Measured along the longitudinal centerline of the pipe from centerline of the connected main or lateral conduit to the inside face of the connected curb inlet or box as shown on the Drawings b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per linear foot of HDPE Structural Lead installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 31 1.3 REFERENCES 32 A. Abbreviations and Acronyms 33 34 35 36 37 38 39 40 41 42 43 44 45 46 HDPE — High Density Polyethylene B. Reference Standards 1. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe. b. M294, Standard Specification for Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter. 3. ASTM International (ASTM): a. D2321, Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 33a1 ii-3 HIGH DENS11'Y POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 3 of 7 1 2 3 4 5 6 7 8 9 10 11 1.�1 c. D3212, Standard Specification for loints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. d. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings Materials. e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. f. F894, Standat•d Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. g. F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings. ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Submittals shall be in accot•dance with Section O1 33 00. 14 B. All submittals shall be approved by the City prior to deliveiy. 15 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Product Data 1. Submit the following: a. Manufacturing plant b. Date of manufacture c. Pipe unit mass d. Material distribution e. Pipe dimensions f. Water inlet area g. Pipe stiffness h. Pipe flattening i. Pipe brittleness j. ASTM resin cell classification k. Workmanship B. Certiitcates 1. Furnish an affidavit ce��tifying that all HPDE gravity pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM standards as listed herein. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 D�LIVERY, STORAGE, AND HANDLING 37 A. Storage and Handling Requirements 38 1. Secure and maintain a location to store the material in accordance with Section O1 39 66 00. 40 2. I{eep pipe clean and fully drained during storage. 41 3. Transport, handle and store pipe and fittings as recommended by manufacturer. P[tOVINE OUTFALL DRA[NAGE fMPROVEMENTS C["fY P20JECT No. 00703 33 41 11 -4 HIGH DENSITY POLYETHYLENE (HDPG) PIPE FOR STORM DRAIN Page 4 of 7 � 3 4 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 5 PART2- PRODUCTS 6 2.1 OWNER-FLIRNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] '7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. HDPE Storm Drain Pipe 1. General a. Provide HDPE pipe and fittings meeting the requirements in AASHTO M294. b. Provide HDPE pipes and fittings manufactured from virgin polyethylene (PE) compounds, conforming to the requirements of cell class 335400C as defined and described in ASTM D3350, except that the maximum allowable carbon black content is 5 percent. 1) Use PE compound meeting the Environmental Stress Crack Resistance according to the SP-NCTL test set forth in AASHTO M294. c. Use Type S(outer corrugated wall with smooth inner liner) HDPE pipes. d. The minimum wall thickness of the inner walls of Type S pipe is specified in AASHTO M294, Section 7.2.2. 1) The pipe stiffness at 5 percent deflection, when determined in accordance with ASTM D2412, is specified in AASHTO M294, Section 7.4. e. The use of HDPE storm drain pipe larger than 42 inches in diameter will not be allowed. 2. Joints a. Provide watertight joints meeting the requirements of ASTM D3212. b. Integral Bell and Spigot 1) Ensure the bell overlaps a minimum of 2 corrugations of the spigot end when fully engaged. 2) Ensure the spigot end has an O-ring gasket that meets ASTM F477. c. Exterior Bell and Spigot 1) Fully weld the bell to the exterior of the pipe and overlap the spigot end so that the flow lines and ends match when fully engaged. 2) Provide the spigot end with an O-ring gasket that meets ASTM F477. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL 36 37 38 39 40 41 A. Tests and Inspections 1. Test all HDPE storm drain pipe for elongation, brittleness, joint separation, quality and ring stiffness as specified in AASHTO M294, AASHTO M252 or ASTM F894 as applicable. 2. The quality of materials, the process of manufacture and the finished pipe may be subject to inspection and approval by the Engineer at the manufacturing plant. PROVINE OUTFALL DRAINAGE [MPROVEMENTS C[TY PROJECT No. 00703 3341I1-5 H[GH DENSITY POLYETHYLENE (HDPE) P[PE FOR STORM DRAIN Page 5 of 7 � 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 3. In addition, the finished pipe will be subject to further random inspection by the Engineer at the project site before and during installation. B. Sizes 1. The minimum allowable HDPE storm drain pipe size is 15 inches in diameter. 2. 15- inch and 18-inch HDPE pipes are only allowed for use in driveway culvet�ts 3. The maximum allowable HDPE stot•m dt•ain pipe size is 42-inch diameter. a. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of the allowable variations as stated previously. C. Marking 1. Fut•nish pipe clearly marked at maximum 12 foot intervals and clearly mark fittings and couplings as follows: a. Manufacturer's name or trade mark b. Nominal size a Specification designation (e.g., AASHTO M294 or ASTM F949) d. Plant designation code e. Date of manufacture D. Pipe Rejection 1. Individual sections of pipe may be cejected if any of the Specification requirements are not met. 2. Mark rejected pipe with painted "REJECTED". 3. Remove rejected pipe immediately from job site and replace with pipe meeting the requirements of this Specification. 23 PART 3 - EX�CUTION 24 3.1 INSTALLERS (NOT US�D] 25 3.2 �XAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3A INSTALLATION A. General L Install all HDPE pipe systems in accordance with ASTM D2321 and Drawings. 2. Establish and maintain lines and gt•ades. a. Unless otherwise shown on the Drawings or permitted in writing, do not use heavy eat•th-moving equipment over the st►•ucture until a minimum of 4 feet of permanent or temporai•y compacted fill is placed over the top of the structure. b. Before adding each new layer of loose backfill material, until a minimum of 12 inches of cover is obtained, check the inside periphery of the structure for local or unequal deformation caused by improper construction methods. t) Evidence of such will be reason for corrective measures as directed. c. Remove and replace pipe damaged by the Contractor at no expense to the City. 3. Conform to the requirements of Section 33 OS 10 and Dt�awings for excavation and embedment. PROVING OUTrALL DRA[NAGE IMPROVEMEN'I'S CITY PROJECT No. 00703 334111-6 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 6 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 B. Pipe Laying 1. Ensure that pipe and fittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe on the bedding at the outlet or downstream end and proceed toward the inlet or upstream end, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe. 4. Lift and lower sections of pipe into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe ends before pipe is placed in trench. 6. Protect pipe open end to prevent entrance of earth or bedding material as each length of pipe is laid. 7. Fit, match and lay pipe to form a smooth, uniform conduit. 8. Remove and re-lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. 9. At the Engineer's discretion, all pipe exceeding 7.5 percent deflection (as per AASHTO Section 30) will require replacement or re-compaction at the Contractor's expense when measured or inspected not less than 30 days following completion of instailation. a. Deflection is defined per ASTM D2321. C. Pipe Joining 1. Install the joints so that the connection of the pipe sections forms a continuous line free from irregularities in the flow line. 2. Operators must be certified by the manufacturer to use the fusion equipment. 3. Follow the time and temperature recommendations of the manufacturer. 4. Joints shall be stronger than the pipe itself, be properly aligned, and contain no gaps or voids. 5. Remove bead projection on the outside of the pipe to reduce drag during pipe installation process. D. Connections and Stub Ends 1. Make connections of pipe to existing systems or appurtenances as shown on the Drawings or as directed. 2. Mortar or"concrete the bottom of the existing structures, if necessary, to eliminate any drainage pockets created by the new connection. 3. Where the pipe is connected into existing structures which are to remain in service, restore any damage to the existing structure resulting from making the connection to the satisfaction of the Engineer. 4. Seal stub ends, for connections to future work not shown on the Drawings, by installing watertight plugs into the free end of the pipe. Include the cost for the above in cost of the pipe. E. Backfill 1. Conform to the requirements of Section 33 OS 10 and Drawings for backfilling pipe trenches. PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 3341 I1 -7 H[GH DENSITY POLYETHYLENE (HDPE) P[PE FOR STORM DRAIN Page 7 of 7 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oa] SITE QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Perform post-construction mandrel testing. 6 a. At the engineer's discretion, all pipe exceeding'7.5 percent deflection (as per 7 AASHTO Section 30) will require replacement or re-compaction at the 8 Contractor's expense when measured or inspected not less than thirty (30) days 9 following completion of installation. 10 1) Deflection is defined per ASTM D2321. 11 2. Video Inspection 12 a. Perfot•m post-construction TV inspection of all installed HDPE storm drain pipe 13 conforming to the requirements of Section 33 01 31. 14 3.8 SYSTEM STARTUP [NOT USED] l5 3.9 ADJUSTING [NOT USCD] 16 3.10 CLEANING [NOT USED] 17 311 CLOSEOUT ACTNITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.I.A— Revise pipe size to allow 15"-36" 23 PROVING OUTFALL DRAfNAGE [MPROVEMENTS CCI'Y PROJEC'i' No. 00703 SECTION 9999.0001 VIBRATION MONITORING SPECIAL SPECIFICATION PART 1 - GENERAL 1.01 DESCRIPTION: A. Furnish, install, maintain, monitor, and remove vibration monitoring equipment as specified and as indicated. B. Monitor vibrations, air blast overpressures and noise levels originating from construction operations as indicated or specified. C. Modify construction operation procedures if existing operation creates vibration, air blast overpressure, or noise exceeding specified amounts. D. Vibration monitoring for blasting shall conform to the requirements of this specification section and the reauirements of all applicable Local and State Authorities. 1.02 QUALITY ASSURANCE: A. Not used. B. Retain the services of an independent vibration consulting firm with the following in- house personnel to conduct the following vibration monitoring requirements: 1. Preparation, signing and stamping of monitoring plans and daily reports, and overseeing monitoring and interpretation of monitoring equipment shall be performed by personnel with the following qualifications: a. Be a Texas State Registered Professional Engineer. b. Have a minimum of five [5] years experience in the vibration consulting field. c. Have successfully completed at least five [5] projects with vibration- inducing operations, air blast overpressures, and noise levels equal to or more severe than those to be encountered. 2. Installation, monitoring and interpretation of monitoring equipment shall be performed by personnel with the following qualifcations: a. Have at least three [3] years of experience in the operation of monitoring equipment proposed for use and interpretation of records produced by such equipment. Page 1 of4 PROV[NE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJEC'I' No. 00703 b. Have installed, operated, monitored and interpreted equipment and records on at least three [3] projects with vibration-inducing operations, air blast overpressures, and noise levels from similar construction activities. 3. Performed and maintained calibration records on all instruments used to monitor the blasting program. 1.03 SUBMITTALS: A. Submit the following shop drawings in accordance with Section O1 33 00. Qualifications of the independent vibration consulting firm's Professional Engineer as specified in subparagraph I.02B.1 including the names of the five [5] successful projects with names, current addresses, and telephone numbers of persons in charge of representing the owners or the owners at the time of monitored vibration-inducing operation, air blast overpressures, and noise levels. 2. Qualifications of the vibration consulting firm's personnel to install, operate and interpret the monitoring equipment as specified in subparagraph 1.02B.2 including the name of the personnel and the names ofthe three [3] projects per person which they installed, operated, monitored, and interpreted monitoring equipment with names, current addresses and telephone numbers of persons in charge of representing the owners or the owners at the time of monitored vibration-inducing operations, air blast overpressures, and noise levels. Two weeks prior to commencement of blasting or other vibration inducing operations, submit in writing the plan for monitoring operations and equipment to be used to assure compliance with the vibration, air blast overpressure, and noise limitation. As a minimum, this plan sha(1 provide for the following: a. Recommended vibration limiting methods to meet the specified peak particle velocity limitations and locations for taking measurements. b. Manufacturer's brochures and written operation instructions for seismograph recording equipment intended to be used for each vibration occurrence. 4. Daily reports, while blasting or performing other vibration-inducing operations, detailing each source of vibration, location of monitoring, and the vibration records highlighting peak particle velocities. For blasting, include the air blast overpressure records as well as a plot of particle velocity versus scaled distance. All daily reports shall be stamped and signed by the Vibration Consulting Firm's Professional Engineer. 1.04 SITE CONDITIONS: A. Refer to the Section 00 21 13 Page 2 of4 PROVINE OUTFALL DRA[NAGE [MPROVEMENTS C[TY PROJECT No. 00703 PART 2 - PRODUCTS 2.01 EQUIPMENT: A. Provide a low frequency sensitive three-component seismic recording instrument with wave paper trace, variable trigger level setting, peak particle velocity memory operation (in inches/second) and air blast overpressure and sound level readout capability that meets the following criteria: 1. 2. 3. 4. Seismic Frequency Range: 2 to 200 Hz (+/- 3 dB) Acoustic Frequency Range: 2 to 200 Hz (+/- 1 dB) Velocity Range: 0.02 to 4.0 inches per second. Sound Range: 90 to 140 dB linear. 5. Transducer: Three mutually perpendicular axes: radial, transverse, and vertical. 6. Recording: Time-history of waveform capability. B. Manufacturers: l. Spregnether, St. Louis, MO. 2. Slope Indicator Co., Seattle, WA. 3. D&L Equipment Corp., Spoffard, NH. PART 3 - EXECUTION 3.01 A. B. C. D. EXAMINATION: Furnish specified instrumentation to be installed, operated and interpreted by the vibration consulting firm's personnel, as specified below and indicated. Monitor vibrations and record the entire particle velocity wave train, not just peak velocities. Obtain accurate, legible seismometer records of monitored vibrations. Perform all blasting and other vibration-inducing operations so that vibrations reaching adjacent structures and facilities are within specified limits. Monitor vibrations by measuring the peak particle velocity in the vicinity of work. Peak particle velocity is defined as a maximum vectorial summation of three vibration velocity components, measured concurrently in mutually perpendicular directions at any point by an instrument. The peak particle velocity as measured by the vibration consulting firm's personnel on or at the location as specified in the submitted vibration monitoring plan, shall not exceed the limits specified below: Page 3 of4 PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 Tvpe of Concrete _A_�e of concrete (hrs� Mass Concrete (footings, mats, slab-on-grade, 0-10 fill concrete, etc.) I 1 and over Concrete Structures 0-11 (walls, columns, elevated 11-24 slabs, etc.) 24 and over Existing Structures, residences or utilities Peak Particle Velocity in./sec 1.0 2.0 0.5 1.0 2.0 0.5 E. Air blast over pressures resulting from the blasting shall be recorded. Operate the instruments to make a permanent record for each blast. F. In the event any recordings indicate that vibration or air over pressure limits are being exceeded, immediately suspend all blasting and other vibration-inducing operations and submit a report to the [City of Fort Worth]. Revise operations to reduce vibrations and submit a copy of the revised procedure to the [City of Fort Worth] at no additional cost to the Owner. G. If evidence of displacement or damage to utilities, equipment, or structures is observed or reported, immediately notify the [City of Forth Worth] and discontinue operations creating the vibrations. Revise operation to reduce vibrations and submit a copy of the revised pi•ocedure to the [City of Forth Worth]. � 3.02 I1 Restore or replace utilities, equipment, or structures damaged by vibrations or air blast overpressures at no additional cost to the Owner. CONTRACT CLOSEOUT: Provide in accordance with Section 01 77 19 END OF SECTION Page 4 of4 PROVINE OUTFALL DRAINAGE IMPROVEMEN"CS CITY PROJECT No. 00703 SrCTIOIY 022U0 - SITC PREPARATION FAR'f 1 - GEN�RAL I.Ul SCClPE: Work in [his section ii�cludes furnishing all labor, materials, equipment and services required for clearing and grubbing, demolition, and removal and disposal of items as specified herein and on the plans, 1.U2 RFLATED WORK SPECIFIED �LSEWHF,RE: A. Section 0?300 - Earthwork B, Existing Conditions, Rem�val and Demolition Items, P4R7' 2 — PRODUCTS 2,U 1 Nc� products are required to execute this work, except as thc Contractor may deem necessary. PAIt1' 3 — EXECUTION 3.O1 CI.,EARING AND GRUBBING: A. Clearing and grubbing shall consis� of removing al{ natural and artificia) abjec�ionable marerials From the project site or from limited areas of construction specificd within the site. B. In general, clearing and gi�ubbing shall be performed in advanca of grading and , e�rthwork operations and shall be performed over the entire area of earthwork oper�tions. C, Ur�less othci7vise specified on the plans, all trees and shri�bs of lhree inch (3") culiper or less (c:aliper is the diatneter ns measured twelve inches (12") �ibove the ground) and all scrub growth, suc17 as cactus, yucca, vines, and shrub thickets, slja(1 be cleared. All dead trees, logs, stumps, rubbish of any naturc, and othcr surF��ee debris shall also be cicared, D. Buried malcrial sueh as logs, st�imps, roots of downecl trees that are greater th�in ane and one h71f ind7es (1-V2") in di�meter, matted raots, rubbish, and foreign debris shaJl be gruUbecl and removeci to a miniiYium deprh af twenty four inchcs (24"} below �ro�osed tinished gracic:s. E;. Cround cover consisting c�f� weecls, gr�ss, f�n�i otheG� herbaceous vegetation sl7all tie rc�rioved prioi• to stripping and stc�ckpiling topsoii Erotn a��eas �f earthwork �perdtions. Such remov�if shall be aceornplished by "blacii�tg" oPf the up}�ern�osl� layers �7f sod or root-matt�d soil fo� removal. slTt: PtitiP,��i2A'1'It}N �J21ti() I PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 ;,',1 3.02 PAVEMENT REMOVAL; ft. Bituminaus 1nd conerete pavements shall be remnved to neatly sawed edges, Saw cuts sha11 be ftill ciepth. It � s�w cut in concrete pavement falls witilin three feet (3') of �n en �xisting score joint, conslruction joint, s��w joint, cold joint, expansion joinf, or edge, the conerete shal( be removed lo tha[ joint or edge. Alt saw cuts sh��ll be part�llei �nd/or perpendicular to the line of existing pavement. IF �in edge of a cut is dam�ged subsequent to saw cuttin�, tlie conerete shal) again be saweci to a net�t, straight line for the purpose of removing the damaged area. I3. Concrete curb �ntl gutter shail be remove� �7a specified above. No section to be replaced sha(I be smaller than thirty inches (30") in length or width. 3.03 UTTLITfES RE?MOVAL: In general, d7ose utilities on the site tha( are to be removed and that belong to the Owner shall be removed by the Contraclor. The Owner is responsible for �u�r�nging the rcloc�tion or removal of other utilities owned by utility companies or other parties, 3.04 MINOR DGMOLITION: There may he certain items on the site such as old building f'c�undations, fences, and other undet�rmined s�ructures and improvemen[s thal must be removed before constn�etion can commence. Unless �therwise specified, such items bec�me the properTy of the Contractor for subsequent disposai. 3.05 llSE OF EXPLOSTVES; The use of explosives wili not be permitted in site preparation operations. 3,06 13ACKF'iLL[NG; All holes, cavities, and depressions in the ground caused by site preparation operations will lie backfilled and tamped to normal compaction and will be �raded to prevent ponding af water and lo promote drainage. Should any excavated hole or cavity be required ta be left open over ni�ht, the Contractor shall be responsihle to provide barriers and / err coverings lo enhance on site accideni preventic�n meAsures. 3.0'1 DISPOSAL OF WASTF, MATERIAL.S: Unless othenvise statc;d, materials gener�ted by clearing, gnibbing, removal, and demoliuon shall be known as "waste" or "spoils" and shall be remo`�ed from the site and disposed of by the Contr�ctor. 5imilar materials may be unearthcd or generated by e�rchwork operations or by subgrade pre�aration. Unless o[herw�ise speciFicd any merchantable items become the property oF the Contr�ctor. 3.Q8 S'I'URIvI WA'I'ER MANAGEM�NT PRf\CTICES: lluring the prc�gress af' work, the Conu-��ctor shall m�tintain axisting starm water erosion ��n<I sill control me<�sures in place t�t the sit� �lnd shal) pr�vide �jdditionai erosion con�roi barriers, silt fenccs �ind �thcr techniques in ��ccorcl�nce with best m��n��geme;nt practices. END OF` SECT[(�;J SffG PKrPAR.:A"1'ION �):?: CO , PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 s�cT�c�N oz�oo - ���TxwoRx PART 1 -GE1�iERAL 1.01 SCOPE: Work in this section includes fiirnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SP�;CIFIED ELSEWHERE A. Section 02200 - Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 ME'I'I-IOD OF P�YMENT: Earthwork is a necessary and incidental part af the work. The total cost will be included in tlie Bid Proposal. Payinent will be inade oil a Lwnp Sum basis only. .. . �� 2.O1 tTNCLASSIFIED EXCAVt�TION: Unclassiiied excavation sliall eonsist o1' all excavation, unless separately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavatecl. 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill �vithin the limits of the work. All suitable native materials reznoved in unclassified excavation, ar similar irnported inaterials, sl�all be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Ivlinor quantities of rock nat great�r tl�an four inches in greatest dimension are perri�issible in till nlaterials used to construct eartll embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock emUankments, provided such placement of rocic is not immediately adjacent to structures or piers. AIso, rock may be placed in the portions af einbankizients c�utside tl�� limits of the com�leted gradecl width where tlae size of the rock prohibits their incorpoi•ation in the normal embankment layers. ' 2.03 TOI'SOIL On-Site Topsoil: Tapsoil shall consist of an average deptl� of six inches (6") of native surface soil left in place after the ground caver of herbaceous vegetation and other objcctionable matter has been cleared by "blading," as specified in Section 02200, "Site Preparation." Tops�il may be greater or less, than the upper six inches (6") in depth. EARTH WORK 02300 -t- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 2.04 IMPORTED FILL A. Imported �11 materials shall be used �ar the cotistruction of earth eYnbankment in the event tllat (1) the volume of unelassified excavation is less Chaz1 the volume o�f fill required for earth embankmei�t and/ar (2) the condition of materials removed in unclassi�i�d excav�tion makes them unsuitable for use in the constrtiction of earth embankment. B. The Contractor shall haul ar�d place imported fill obtained fi�om off-site sources as necessary to construct the enzl�ankment and various other details of' klie construction �lans. All costs related to such imported �'ill tivill be incluclecl in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed iinported fill inust bc prc�vided by the Cc�ntractdr and l�e approved by the Otivner. In ge�leral, impc�rted material must be equal to or better than native material ir1 quality and en�;ineering characteristics. The t�chitectJ �,ngineer may also rec�uire t�1e Cotltraetor to pt-ovided a material analysis test af the proposecl �ill. 2,05 SCLECT MATTRIALS A. Select materials shall be imported fron� offsit� sources, «tlless they are available frot�� specifically designated areas on the site as n�ar�ked on the �lans. 2.06 LiNSUITABLE MATERrALS A. Topsoil, select materiat, imported fill, or t�nclassified fill will be declared 1s "'unsuitable" by the C)wner if, in his o��inion, any of the following conditions or matler and par�icles are pa•esent to a degree that is judged detrimental to the prnposed use of the material. 1, Moisture 2. Decayed or undecayed vegetation 3. Hardpau c(ay, heavy clay, or clay balls 4. Rubbish 5. Construction rubble 6. Sa��d or �ravel 7. Rocks, cnbl�les, or boulders S. Cen�entious m�tter 9. Foreign m�tter of any kiXid B. Unsuitable materials will be disposed of as "waste" as specified iri Section 02200. C. Wet Material: If fill n�aterial is unsatisfactory for use as en�bar►lanent solely because of t�igli moisture content, the ArchitecUFngineer may grant the Contractor pern�ission to process the material to recluce the ►noisture content to a usak�le optin�trm co�idition. EARTHWORK 02300 -2- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 P'ART 3 - EXECUTIOIet 3.01 STTE PREPARATTON: In general, °site preparation," as speciiied in Section 02200, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earth�vork operations. 3.02 "T"OPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise, topsoil will be replaced after excavation and embankment construction are complete. B. Kemoval: �1'opsoil shall be stripped to an average depth of six inches (6") from areas where excavation and embankment construction are plaruied. Topsoil may be obtained fron� �rcater depths if it is uncontaminated by the substratum and it is of good quality, in thc opinion of the �chitect/�n�ineer. C. Storage: Topsoil shall be store�i in stockpiles conveniently located to areas that will later receive the topsoil. Stockpiles shall be out af the way o�'eartliwork operations in locations approved by the Owizer or A7•chitect/Engineer. Stored topsoil shall be kept separate from otlier excavated materials and shall be protected from contanlination by objectionable materials that would render it unsuitable. D. Tiniing: Topsoil will nat be replaced (deposited) until construction activiti�s are complefie that wor.ild create undesirable conditions in the topsoil, such as overcompaction or contamination. Trenching for iten�s such as electrical conduit and irrigation pressure lines rnust be complete before topsoil replacement may begin. D. Replacement: Topsoil v��ill be deposited in a single layer or lift. It will be placed, processeci, compacted, and graded to leave a finished layer of topsoil not less than five inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of eartllwork (iilcluding slopes), except where pavement is planued. F. Grading: To�soil ��vill be iinal graded to tlie elevations shown on the plans. Fine �rading will be accomplished with a weighted spike harrow, weighted drag, tractor box blac�e, light maintainer, or other acceptable machinery. All particles of the finish grade shall be reduced tc� Iess than one inch in diameter or they sl�all be removed. All rocks of one inch or greater shall also be removed, Grading operations aucl equipment will be such that topsoil does not become overcampacted. Bulidozer blades and fTont-end loader buckets are not acceptablc devices for topsoil grading operations. �+'inal grading w�ithin �ve feet of const�ucted or �ns�alled eleinents sh�ll be h�nd ralced. G. Acceptability: Finished areas of topsoil are satisfactory if they are t�-ue to grade, true in l�lane, even in gradient (slope), tiniform in surface texture, and of normal compaction. Areas af loose granular pockets oi• of overcoinpacted sails are not acceptable and will be reworked. Finishec� areas will pr�mote surface drainage and will be ready for turfgrass planting. E ARTI-I W ORK 02300 -3- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 3.03 UNCLASSIPIED �XCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Materi�l: 1. Surplus excavation is that quaz�tity of material that may be lei't over after the gracling plan is execnted, and all earthwork operations, inclucling excavation, embank�ilent construction, topsoil replacer�lent, and tinal grading, are coinpleted. Any other surplus material shall be disposed of as "waste" as specified in Section U2200. �111 such cost for rernaval shall be cansidered as incol-porated irito �arth�vork costs C. Excavation in Rock: The use of explosives will not b� p�nl�itted. Unless otherwise indicated on the plans, excavation in solid roek shall extend six inches�(6") below rcquir-ed sLibgracle elevation for tl�e e.ntire width �i' the area under construction and shall be back�'illed �vi�th suitable materi�ls as itldicatecl o�� the plans. 3.04 EARTH EMBANKMENT A. Earth embat�ilent is defined as embankment composed oFsuitable mate��ials rem�ved in urielassified excavation and/or imported fill. The cor�structio�� of embanlcn�ent includes preparin; the area on which fill is to be placed �nd the depositing, conditioning, and compactian of fill n�aterial. B. Ueneral: Except as oiherwise required b� the ��lan�, all embankrnent shall be constructed in layers ap�raximatel}� parallel to t1�e finished grade oF the graded area, and each layer shall be s� ec�nstructed as to provide a uniform slope as shown oll the grading plan. Embankments shall be constructed to coi-�•espond to the generai shape af the typical sections shown on tl�e plans, and eacl� section c�f the emba�nkment� shall correspond to tlie detailed sectioil or slopes established by th� dra�rrings. After co�npletion of the graded ar�a, embanlcment s11a11 be continuously maintaiYl�d tr� its finished section and grade until flle pt•ojeet is �ecepted. C. Preparation: Prior to placing any embar�lu�n�nt, all pr��aratory oper�ilions will have been complete.d on the excavation sources and areas ovei� which the einbalilcrnent is to be ��laced. Tl1e s�:�bgt•�ide shall be proof rolled to detect soft spots, which if exi5t, should be re��vorked. Pr•oof rolling s17a11 be �aerfori�nEd using � heavy pneumatc tirec� roller, loaded durxip truck, or similar piece of equipment weighii�g approximately twenty tive (25) to��s except as otherwise s�ecitied for txee protection �nd areas itiaccessible to vel�icular cotnpactors. Stti�rnp P�oles or other small �xcavaiiorls in the. lirni�s ot� the embanknients shall b� backfilled tivitl� suitable material and tharoughty �ampcd by approved r��ethods b�fore comm�ncing embinkment cons�uctio�l. The surface of the grounc�, rncluding plowed, loosened ground, or surfaces roughened by sn��ll ��vashes ar� otherwise, shall be restored to approximaiely its origin�l slope by blading or other methods, azZd, �vhere indicated on the p17ns or required l�y the Owner, the ground surface, thus �repared, shall be compacted by s}�rinkling and rolling. EARTH W(7C2K 02300 _q_ PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 D. Scarification: The surface of al] areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of appi•oximately six (6") inches to provide a bond between the existing surface and the proposed embankment. Scariiication shall be aceamplished by plowing, discing, or other approved means. Prior to fill plaeement, the laosened material shall be adjusted to the proper moisture content and recompacted ta the density specified herein for fill. E. Senclling: Scarification is noimally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment witll slopes greater than 4:1, the Owner may direct the Contractor to key the iill material to the existing slopes by benching. � minimum of tw� feet (2') normal to the slope shall be removed and recompacted to insu�•e that the new work is constructed on a tirm foundation fTee of loose or disturbed material. �. I7cpositing: Fill n�aterial shall be placed in horizontal layers or lifts, evenly spread, not to exceed eight (8") inches in loose depth before conditiotiing ancl compaction. Unless otherwise permitted, each layer of fill material shall cover the length arld width of tlle area to be filled and shall be conditioned and compacted before the n�xi higher layer of fill is placed. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction, the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firin, hard, and unyielding. Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. H. Cornpacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollez�s, pneunlatic tire rollers, or other mechanical means acceptable to the Owner. Hand-directed compaction equipment shall be used in areas inaceessible to vehicular �ompactors. I. Grading: Embank.ments shall be construeted in proper sequence and at proper densities for th�ir respective funciions. All embank.inent setves in one capacity or a1�ot11er as subgrade (e.�., under topsoil, under concrete and asphalt pavement, under structures, ete.). Accordingly, tlle trpper lay�r of embanlc�nent shall be grad�:d to «�itllin plcis or nlinus 0.10 foot of proper subgrade elevation prior to depositirig taps�il, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth ernbankment shall be compacted in ]ifts at a minirnunl af ninety percent (90%) of Standard Density AS"1'M D698 with plus four percent (4%) or mintYs two percent (2%) percentag� points of optiri�um inoisturc content. B. Earth Embatikment Under Structures and Pavement: The top six (6") inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety five �ercent (95%) to ninety eight percent (9$%) of Standard Density ASTM BARTHWORK 02300 -5- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 D698 witlz the moishire content at minus two percent (2%) to plus four percent (4%) af optimum moisture content. 3.06 NIOISTUR� M�INTEN�NCE: The spccified moishir� coiltent shall be maintained in all embankments that are to fiinction as subgrade for struct�ares, areas of pavement, or for select embankment. After completion of the embankment, the Contractol• shal] �revent excessiv� loss of moisture in the embankment by sprinkling as required. Loss oF moisture in ercess af t�vo percent (2%) below optimum in the top twelve inches (12") of th� iill �vill require thaf the top twelve inches (12") of the embanki�ient be scarified, wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired, the Contractor may ptace an asphalt membrane of emulsified or cutback asphalt over the compl�ted ei7ibankment and thus eliminate the sprinkling requirement. 3.08 TC7PSOIL RCPLACEMENT: Topsoil shall bc carefully placed to avoid any displaceineut or damage to the subgrade. If any of the subgrade is rut�ted, damaged or clisplaced it shall be r•esl'�r•ed prior to placing topsoil. Topsoil shall be replaced as specified herein per It�m 3.02, END OF SECTION GARTH WORK U2300 -6- PROVINE OUTFALL DRAINAGE IMPROVEMENTS C[TY PROJECT No. 00703 �EC'I TC31� 02930 - �EEDTI`dG ' PART 1 - GEl`��RAL 1.01 DESCRIPTIcJN A. Work Included: S�eding of g��ass seed or wildflower seed, as speciiie�i oi� tlie �lans. B. Related Wark Specified Elsewllere: Section �2300, Lartliwork. 1.02 R�FLRENCE STANDAIZDS A. Standardized Pl��t I�Iames 1. I'c�r exotii planf materials: Anzerican Joint Comnuttee. of �orticultural Namenclattue, S�cond �dition, 19�2. 2. I'�r native materials a. Nianual ofthe Vascular Plants oi'Texas by Can•ell and Jol�nston b. Check List of Vascular I'lat�ts of Texas by F�atch c. Flara of Nor-th Cent��al Texas b}� Shinners and Moller B. Texas l�ig}Zway Department: Statidard Specifications for�Constructian, Item 164, "Seeding for Erosian Control" and Item 18Q, °Wildfl�wer Seeding". 1.03 SUBIv1ITTALS A. Seed 1. Vendors' certiircatian that seec�s meet Te�as State seed law including; a, Testing and labelinb far �ure li��e see� (PLS) b. Name and type of seed 2. If using native grass or wildflower seed, seed inust have been harvested ��1ithin on� hundred �100) miles c�f the construetion site. 3. All seed shall be tested in � laboratory with certifiec� results �resented to the City, i�7 writing, prior to plal�ting. �. All seed to l�e of the previous season's crop and the date on the coiltainer shall be �ithin tv,�elve ���onths of the seeding date. 5. Each species of seed shall be supplied in a separate, labeled ec�ntainer for acceptance b�r the City, B. Fertilizer 1. Unopened bags labeled with the analysis �. Conform to Texas fertilizez law 1.U4 JOB CONDITI�N� A. Planting Seasc�n: "I'he season varies aceording to spec.ies (see Part 2- Products). Da not seed when soil is excessively wet or dry or ���hen wind exceeds ten (10) miles per haur. B. Schedule After All 01her Construction anci planting is complete. SECTION 02930 - SEL•:ll1i�G -t- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 C. Protect and Maintain 5eedcd �•eas l . Trom erosiol� 2. From tr�Ffic anc� all dth�,r use 3. Until seeding is complete and accepted i,os pUazzT�� coNTz�o�, � T��e contraclor who plants the sseds, whe.Cller t1i� general conh�aetor or a subcor�trac;trr, is r�sponsibl� for dGlily sup�i-vision of his cT-ew, arid for the plantin� and r�laintaining of sGedlings uutil acceptable, vi�ble gro�v�th is achieved and tt�e projeci �cce�pted by the City. R ! � �• 2,C11 MATERIALS A_ 5eed All seecl sh�ll be planted at rates ba�ed �n pur� live seecl (�'L� = p�.u�ity � ge,rrninatic�n) �er acre, S�ibsiitution of individual. se�d t���aes du� t� lack of availability shall be r�-�adz only by the City at the fiime of �alanting_ The Co��i�•�c��r shall ncrtify tlze Ciry, prior to bidding, of diffict�Ities lc�eating certain species. (�nly those �reas inclicated an the �latzs and areas disturbed by construction shall be sec:ded. Prior to seeding, each �rea shall he ��aarked ii� ihe Celd and approv�d by tl�e City. �1r►y actjustmet�t of area location by the City shall b� eonsidered ineide�ztal and s��all nc�t entitle the Contractc�r to addi�ionat can�p�.ns��tion. W��d seed shall not ehc��d te�7 ��rcent (10°l0) by �veight of th� Cr�tal of p��re live seed (PLS) and otller matcria� in the mixh�u�e. ,lohnson�rass �nd nutgi•ass seed sh�ll not be allowed. The seed shall be clean, dry and harveste.cl ��✓itl�in ot�� yz�r �f �lanting. �tmn-�aati�� ��•ags seed shall consist o�: I�" pt�r�t�d betw=een Ap�-il 15 �nd ��pt�rnb�e� 1+0: Lbs./Acre Con�inon I<talne� Scientific Name Purity 25 Bermuda (ur�liulled) Cynoc�'o37 dcrcrylon 85°i�, 7S Ber�nuda (hulled) C"yr�oc�otz dact�llor7 95% ��bs�i��xt� itae �'ollovvin� iiplant�cl betweet� �epferrabe� 1�D ar�d Apg-a1 1�: 22(� Ry�� Gras� Loliztm �r�t�lti�lor�r���r �2% �0 Bei7nuda (unllullec�j Cy��or�oT� dcrc:tylort ��`% SECTI(7tJ 02930 - SEEDiNG -�- Germination 90% 90% 8O% tJ 5 p�0 PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 2 T"�dative �rass seed - The seed shall be planted between Febrtrary 1 and O�tober 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop �Leptachloa clubi� 5.5 Sideoats Grama* Bautc�t�zia ca�rtiperzdula 3.7 Little �IUestem* S�l��izachyrizcrrx scoparium 17.0 Buffalograss Ba�chlae dcrclylc�ic��s 1.8 Indian Grass� Soi�ghastruni rz��tat�s 0.5 Sand Love�rass� E�•agrastis lri`cl�ades 6.0 I�ig Sluestem Andro�ogoM gerarc�ii $.0 Easte�7i Grama Tripscucurrz clact��l�ides l .2 Blue. Grama Boutelo�ua �c�cilis ] .8 Switchgrass f'ar�icunz virgalurn 10.� Prairie Wildrye� Elyn�us canaderzsis �These grasses are not to t�e ��lanted within ten feet nf a rc�ad or parking lot or vvitlun three (3) feet �f a wall;.way. 3 ��Vilciflo�vei- seed -�1.J1 wildflotiver sceds are to b� han�i broadcast, (see 3.02,A). Tlie seed sh311 be }�lanted between March 5 anc� May 31 or between Septernber 1 azld December 1�nd shall consist of: Lbs. PLS/Acre 3.0 5.0 Z.a 3.0 13.4 13.6 2.0 8.0 8.0 2.0 1�,0 2.0 3.0 2.0 �.Q Convnon Nam� L ush �unflower Butterfly Weed Clasping Can�Flo��er� Golden - Wave Illin�is I3undleflou�er Partridge P�a Prairie Verbena Texas Yellow Star Winecup Black-eyed Susan Gutleaf Daisy Obedient P1ant Pitcher Sage F�lains Coreopsis 5�;arlet Sage Botanical Nan�e �Sinsia calva r�scle�icrs ta�l�err�sa Ruc�becicia c�n�plexicczulis Cvr�eops•zs hasc�lis D�smtx��thzts illinoetzsis Cc�ssica fascicaalata ilerbenc� bipinnatzfzc�cr Lil�cll�ezrneri texana �allirl2oe involcrata Rud�ieckia hzrta Frtgel»�annia ��inr7at�i f �icla F"hvso,sfegza if�ter�y2ec�ic� Scilviu a�u�ea Co��eopsis til�ctot�r.'c� S'Erl�aia cocci��ea '�T�iese wildfla��v�rs are n�t to be planted within ten fe�t af a r�ad or parking tot ar within tl�•ee feet of a walkway. 4. Ten�poz•ary erasion c�nfirol seed When specified �n ihe plans, t�:.mporaiy control measures shall be perf'ori-ned. These measures shall consist of the sowing of cool seasot� plant seeds and tlie wc�rk and materials as rec�uired in this section. sEc�r�or3 0?��0 - s�Lr�rrtc -3- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 B. ML1�CIl 2. ;. �. 5. 6. Muleh sh�uld be designed fnr use �vith conventianal mechanical or hyclraulic plaz�ting of seed, eitl�er al��ne ur �vith Fertilizer. Mulcl� should be wood cellulose fiber �rod�iccd from virgin woad ar x�ecycled paper-by-products (�vaste products from �a�er �1lills or r��:ycled ne�vspap�r). Mulch should contain no growtl� or genxlination inhibiting factars. 1��tulch shoi�ld cont�in no more tha.n t�n percent (10°.'0) moish.ire, air dr�� �v�ighi basis. Additives shall inclL�de �7 bind�r in po�vcl�►• fori��. MaCerial shall form �� strong moisture retainin� rnat. C. F�:,rtilizer 1. �111 Fertiliz�r sh�ll be d�livered in bags or contaii7�.rs clearly labclecl showin� t�e analysis. ?. All fertilizer shall be in acceptable co��dition tor i.lisiz�ibution and shall be applied uni�orn�ly o���r the planted �i•ea. 3. Analysis of 1G-20-U, 16-£�-8, or as designated oi� the �,lans. F�rtiliz_er rate: a. No Fertilizer is r�qui�•ed for wil��flo��vcr seeding. b, V�I(�ere applyii7g iertilizer an ne�vly established seeditxg areas - 100 po�uids c�f Nitro�en �aerr acre. c. 4Uhere applying fert'rlizer on established seeding �treas - I 50 pouncls c,F Nitro�en per acre. 1�, �rosion C�ont��o( Measures 1. For s��drng applicati�n ir� areas up to 3:1 slope, use c�llulose, fit�er �l• r�cycl�d paper mulch, (see 2.01, B. 1�![ulch and 3.03). 2. Far s�eding ap�alication in ar�as 3:1 slope c>r �reater, use the E�Ilo�vu�g soil t�etel��i�t� bla�lcet (Follo��t� the man�lf�ctt�rer's directions): "Curle�:: I" f�•on7 American Excelsior, 900 Ave. H East, Post fJffice Bo� 5(�24. .�rlingto�i, Te�:as 76001, 1-�QO-777-S4TL. 2.02 MTXING Se�d, mulcll, fertilizer and w�ter may h�. mixed pr��vided tt7at: 1. IVlikture is �ulifo�mly suspended to fonn a homogenous slurry. 2. Mixture forms a blott�r-lik� ground c�ver impr�gr�ated unif�rtnly with �rass seed. 3. Mixture is applied wiihin thirty (3(�) minutes aher placed in %�he �c�uipment. SEL.TTON 029:�U - SEEll1Nlr -�- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 YART 3 — ��.�aC'UT'IC)I>I ' 3.01 S��D�D PREPgRATI0I�1 A. Clear Surface of All Materials, Sucl� As; ' 1. Stumps, stones, and alher objects larger than ane inch. 2. Roots, brush, �vire, st�lces, ete. 3. Any obj�cts th�t nlay interfere with seeding or mailltcnalic�. �. TI�Ilil� 1. In all compacied areas till ane inch (1") de�p. � 2. If area is sloped greater t�1an 3:1, t1t� a tractor parallel to slope to provide less seed/water run-off. 3. In areas near t�ees: Dc� not till d�eper than o1�e ��alf (1/2"j inch inside "drip line" c�f trees. C. Water: Shall be furnished bv the Contlactor as an ancill�T e�st t� th� Ccantract by the Contractar by means of temp�rary metering / irrigation, �vater tnxck or by any other r��e�l-iod n�c�ssary tc, achieve viable, aeceptal�le titand of turf as nated in 3,04.8. of this speeifcation. The ��Tater source shall be clean and free of if�dustrial wastes or other stlbsta�lcts harmful to tl�e germination of the seed or to the growtll of the ve�etation, The arnount of �vater will vary according to tl�e weather variables. Ge.z�erally, an amaunt ot water that is equal to ihe average amaunt of'rainfall plus one half inch (1/2"� per week should be ap�lied until such time 100% fuli gxo��jth coverage is achieved and �ne ma��ving cycle is performed b}� the Contractor and accepted by the O�vner. Waterin�: Soil should be watered to a minisnum depth of four inches �vithin forty eight (48) hotzrs of seeding. 3.02 �EEL�ING A. If So�ving Seed By Hand 1. Broadcast seed in t�vo directions at ri�;ht angles to each other. 2, Hanow or ral�e lightly to cover seed. 3. Never cover seed with rnore soil than twice its dian�eter, 4. For wildflower plantings, scalp existiilg grasses to �ne (1") iilch, remove grass ctippings, so seed can malte contact with th� soil, U. M�chanically Seeding (Drilling�: IPtnechanically seeding (driliing) the s�ed or seed mixture, �he quantiry spzcified shall b� uni%rn�ly distributed over �he areas shown on the plans or where di��e�ted. All varieties of seed, as well as fertilizer, may be distributed at tl�e same tizne provided that each component is unifonnly applied at tl-�e s�ecified rate. Seed shall be drilled aY a d�ptli ot from one c�uarter inch to three eigl�th inch (1/4"-318") utilizing a pasture or rangeland type drill. All drilling is to L�� on the contour. Afte�r planting, �he area shall be rolled with a roller integral to the seed �ri11, or a corrugated roller af the '"Cultipa�ker" type. All ralling of slope areas shall b� on the cc�ntour. SE.CTIC7N 02��30 - SEED1T,iG� -�- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 3.03 ivrULCHING A. Apply unif'orn�ly after conipl�tion ot� see�litlg it� areas up to 3:1 slo�e, 1Vlulch may be applied cozlcurrently wiith ferlilizer and seed, if desired. B. Ap�ly at the Fo(lo�ving rates w�less otherWvis� sho�-vn on plans: 1. Sandy soils, flat surt:aces - rninimtun 1,500 lbs./acre. 2. Sandy soils, slopin� surfaces - mininlum 1,�00 lbs./acre. 3, GLay soils, flat surtac�s - nlinimum 2,SQ0 IbsJacr�. �. G(ayy s�ils, slo�irig surfac�s - iYvnirnun� 3,000 lbs./acre. 5. "Flat" and "slapia�g" surf��es will be sllowu un the plans if not visua115� obvi�t�s. C. Apply wrthin tllirt�� (3�O) t7�inutes after placer��ent in equipment. I�eep mulch r�loist, �,y daily wat�r apptic�tio«, if necess�iiy: l. For approxirnately tti�r�enty-une (21) days, e,�r � ?. Until seeds h�ve ger�nir��ted and �zave roofed in soil, (see �.U�.B?.) and pr�jzct has been accepfied by the City, �.d4 �STABLISI-LMENT, I��1AlNT�NFINC'E ANL� ACC�PTANCE A. Includes initial seed and / or socl ��,plicati�n at�d establishn�ent, prat�ction, rc��lazlting as necessary , rnaintainin; �,Rades az�d irnmediate repair of erosion damage �tntil the project rzceives tinal aece�tance. Refer ta �'art 2— 2.Q 1— D, f�r �vate�•in� requiremetlts to be executed by tlie contractor. B, Initia] fi�ll c�ve��ag� turf est�lblis}u�1�nt shall be col�sid�red as l0U% grow in tc, a t�ei�,hi oI' tlu�ee (3"� inches vG�ith one mow cycle �erformed by the Contractor on all t�e�-vly esta�ilistZed �rPas prior to cc�nsideratiay� nf ac,ce�tal�de by tlle !O��Tner•.. C. Rep(antialg ' 1. Replant areas where a stand of gr�ss or wildflo��ers are not present in a r�asonahle length c�f time, as de.tennined by the Gity. 2. A"stand" shall be detined as: a, Bermuda/Rye grasses: �ee 3.04 B b. Native grass and wildtlow�rs: ei��1ty percent (80%,) coverage of gro��ing plants tivithin seede�d area witllin tv��enty-one da�rs of seedin� dat� an a smooth bed free of foreign material aiad racks or cicids larger than on� inch diatneter, END OF SEC['ION SEG"C'I(�N 0293f) - St�LDI1VG -fi- PROVINE OUTFALL DRAINAGE IMPROVEMENTS CITY PROJECT No. 00703 1����1�117►/ GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-Ol 60 00 Product Requirements CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT No. 00703 Revised July 1, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK C[TY OF FORT W02TH PROVINE OUTFALL DRAINAGE IMPROVGMENTS STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised July I, 201 I Electronicall�y Recorded Tarrant County Texas Ulfiicial Public Records 9RI2012 1:�9 PM D212220242 Provin� � a� ��erttfR.ro;e�t No �I�I� 7 �40.00 ��� �� �'�fi4� ��o�.t��arcia Submitter ACS Lcst 3 B�ocic Z P�i�ke� t3aks Rc3c#ikio�n �- 'tfi�'i E�es�ri�i� �ia�ad South �STA'i�� �� T�KAS CqUN7Y flF iAFiRANT �A7E: GFtAN��i'OR � � KN£��1J Ai��. A�tE1V 8Y 7FfESE P�2ES�N7'S § C#T'Y U� �t�f�l` V�Qf2TN P�Rt�A1'1tEi1fT Dt�Ai�11A ,(".�� �'A�1Lt�Y �AS�MENT Juiy 1 �. 24 ; 2 �"i�amas �t�x P�aacine Giav�nnitti �:�RANTOR'� MA3LIN� AQDRE�.S {in�tuding Cc�unt}t)� 17'zi Ed��viite Road Sou#� �ork `dlfoctti,Tarrarr# County, T�exas i �,1 ii�-1 �E� GRAhIT��: C#T�! C?� �C.��tT'+�l4RTN �t�ANTEE'S MAILtNG Ati�RESS (ir��t�di�g C.nc�r�tyj- � a� T�a����c �Qa�ro� s�r. FORT W�}RTH, iA#�R,4t+1T Ct3UiUT1r, TaC 76�a2 CC}NSIDER�,�1��J� �'� i3c,l��s �`��i�?,t�t1� �ad �at#��r gc�od aa?ci val�tar�;e cc�ns#d�rafior?: th� re�ipt ard su�'ici�nc� of +�u�sch i� �reby ��k€��r}atig�ci. PR���RTY: F's�ii� � p��ni, c�# � r�t 3, B�+racc?K. �, f�a�€�#� taa+cs ��d�ti�! t�ort �Nc�rth: .l�a�rat�t C,�;uniy, `��s;��� !�� ��:���d� €�a. 1{����r�� ��&-�. f��g� ��:a c:� ��,� ���x �i�c�r�� 7arr�rr� Gc�urit��_ T�X ar�� f���r� ���e ��r#ic�ai��#,� +i��fifi�?�.�i i�� #h�: ���it�its "�," �nd ,�" i�ar!tt�r, fGr lsi�: r:�rtS���r �3t���'� �a�i::i fi5 t:�if�i�.f3r �tl�'� t�th��' .;�z3t:,� �-�Cl �'�3lttat�le ::liZ.�'',.lt�flt-��t+�:i`', 4t�,r•f=�'{ +�:'z�'i�%, ;���5, =�RCi� ,_^cs:'. ��'��� �C+ ti:�T'��1�:�.�.? S�� �(.f!'�?S�:a>,`}..> �r'+C� s%�5ff��'1'^,; ti�l f:X'v�;Sd;I*�', f,;��f�,t�i_;�� �E��sti��Y�';tl: �`�?` 2i'ft� 'i.�$l"c�{'s�i<f2��: t%.itY4�1;�;�'?; ri��i€�lti?�`I�IlC�, 'E1�7izi�CF?nluf?� .l��?����, ��'�; '`r�j3�E r=r ,� ? €?; ���il��?�. €:Il�} ;�3+;�fi .'w��::i�ti"s, i'6ft;��f fE����S?(� i�', r?:s "�cltsi3i�}t' �'i��3 ?`;c`3t:�,Ti�'�t €3i'�.i�.;4��:?`�' <��i SS?..�f!f'i`t��:i �zs`i�'!�'�"�*4*;.3�,t� s�� <3�){?V���i"fi7�')t,� :�t�chr��r�t:�, ,;�ur�rr�f�t as�c,i :��;��,���►��,��:�s, �f��>t�;�i���;, �S.s� �€�t r�.r��t� t�� srt�rtto4��, c�ipelin�s. j�r?t��rc�+� 4a�x��v�, ir�lef:�, fl<�rr�s, t�c��n�i�s; ��ir�g�t{�; ��f..,�,� 4����m�r�t, �abions:. roct� npyrap, dr�s �tr�x:�r�s ��� �cc:�s� �arr�ps, �r�! c�i'r�3� �r��ss��w c�..ckg���•�a# m�a�ur�s �r�_. upc�t�, u�zd��� ��ts� ��;rc��� .� �t�i��=, c�# �,� �tc���y ar!�i :��+cr�� f��i�� �����.r.���z:� }ra �xh���i '�,� �ttache� f f�r�it� �r��! i;��r��v���=� tr�r��ir'� t��� ;�#i �rla����€ Y:at���; t�t.3�ti��r �v�t#'v ►h� �ici�? �r�Q pr��v;i�g� �� ��;� ��� �t: ���� t� �r�t� F�r�����y. �,�r �r�y ���# f*��r�t�#, €�:�� rhp pi,+�c�se %. �ttiu^h�"�.;�� `� � i �f4? YM : .. 'f'.'§ . ... : ' l-:4 iG$:��. �v . f ✓.�ift F�E Is�l(.�°3 r�Y�r!Y.',Hikrl!� %i �rA2.':{ j'i{5'�YZ�%�S-� _ �Y`S !i':'r" -Yrj;?�iti ;:. 'YeY.Y'�. r.#iF'#6 k7t'_ � af cans�-�i�ctiE�g, p�aerarting, rna��tair��r�g, re�,lacitig, up9racisrtq, and r�ipairit�g saici Facility_ fn r7o �vent 5hal1 Grantor (lj u�� the Prapsriy in ar3y m�nner whie.h lr�terfetes �n any rn�terigJ s�v�y �r is rr�nsisttE;;�rzt tivr#h br� rights grarzieci i�rettrxier, or (t�j eract rrr perrnit to b� �r�ctet� wtihin ft�� e�setxt�ttt �r�o�:ty a p�rman�n� stru�t►�r� c�r k��i{�i�tg, incluriir?g, but not tin�ited to, rnQnurr��i�t sigx�, �oSe sign, �ristbc�ar�, t�rrcic crr masonry ferices or wa#is a�- akh�r strirt�ures i�at r�u�r� a bu"slding perrrr��tt, or any s�r-uctui� not r�equinng a bui!ding p�rmii but w17ic» may thr�ten th� s�uctural int�grity� t�r ��,��rfy af th� �tarm drain and its appu�en�rrces. GranE�e shatl be nbt��ted ta r��it�r� ti�� su±�� t�f ti�� �roperry �t �ra�ttee's sc�l$ c.ost ��d expce�nnse, inc�u�iirrg tt�s restz�ratinn �f any s'rciev�ralk5, dri+�e'�ys, �r sirnilar s�acfa�� irr�provc�rr;ents fc,x�t�d �,t�an �sr act;�r,�t fty fhe �,�sart�;ertt w�ir.to may h��e k7een rern�ve�ls r��c�ca#�d. �it�reri: cla�ged, or destrvy�d as a resu�t ot the Grante�'s us� flf tt� e�s�rs�tt c�rar�ted h�r�det pr�vid�, t�owever, that Grarttee sha€! rot be abiie#�ted to r�slore Gr r�p�lace ir�igatiori systerns csr c�ther isr�proaerinents instalfecl in v�aiaUc�rt af th� pro�tt�y�rr� anti irtt�nded use c�� th4S ��set��nt. i0 HAVF ANLi T� NC�LU ti;e ak,av�-ciescri�s�d ��ers��t, tflg�tt�er �arii�i aU �r� singutar thd ric�t�ts �nd a��pu�t�r�an�s th�r�ta in anyvsray belc�r�#ng �tr�to �r�rrt�+�� ar�d G�atttee's suc��;ssors art�i �ssi�s fore;�er; �rtd Gr�nf�r does t�reby b�i�� itself ar�d �ts successor artd assigr3s t� w�rra�tt ancE far�sver dc�ferad aIt and sir:g�tsr Lhe eas��ri�t unta Gr�ntee. its succ�s�c�r ar�d assi���s, ag�ins2 eve�,r parso�7 v,rPthonns�v�r fa�.vf��t�y cfaiming or to ci3im th� same, or any �aet t"tic�reof Under Subc���ter � of t�� ���,x:�s �'r�;�riy Cc�,��, as �n�rtde�i, il�c t;ta;ttnr qt' fhe t,ran�or's heirs, success�r'�, or a5sigr» nt�y be �rttifiec� beft�r� ti� '�0'" ar�r�iv�rsary date of k#�is BCCjUlSt�tt�ti iO f(?pi1(C�'4c'iSE3 �it@ FTfO��tty or reces.►�ai c�tt�in inform�tion abc�ut the ��se and any achaa! �roqr�� r�►a�#e t�ward tt�e use ior w�tich #�e pt'c�perty was acquired �,�7d�:r this righk �sf�-w�y �se�rte�t ins#nrr�'�ertt, �.r:d il�� r�purchase ptic� wiH t� the price c�f tP�� �ity paici Grat7tcar �t3 f.hi� �cr�risitiQr�. itVhen t�:e cc»rrt��+t requires, �ing��l�r ►it�ns ��ci pron�.ttns inclut.f� tfi�e plura�. �����,arur��� �car� asv 7���� �c������ ps�,� �'�'i?�Ul.'tit , r iY';�`.qi.d �£ �&,J _� P'r r�.�?�'�' ,5.�..r4 i r.e;�a.r� {'.T� �:r,,, f.tec,� ra. �,_. 5; H� lti`.:t i^:t t.(l:y)'', i+ ��. ii�': i 7t� �� �s'"�F' =i*yg.t G a-�mAt r�� 3 ' t�RAN�i1R {�-..y`): .%;' rr -- ;-�` ��f , j T . � .-.f`�FP�� .� ;l i'�_?;��-"'�•h-- ` Y =S-�'�y�v<._ ,...�. - '� `�' TY�omas G;c�v�s�r�;t#= y � � , � � .,.� r f . --. r � f��t �'"ft t* � i i-��.a t:'` ";.�r �ir,�'�i.rt__ Maxin� �iovant�itte ST'AT� O� T�X�S § A�tC�7�1L�D ,�``.vEA��t#�T C�7U�3tY U� TFiRi�A'��` § �EF4ft� �A�, tf�e un�ers�gr�d au#��rity; a Naiary Publ�� in �nd for ihe State o# Texas, on this day per�natty a�}��areci___W Th�mas �ict;r�t��st�t , k��awn tn me tc� be Ehe 5�m� pe�sc}r� whnse r't�me is sub�eti�� to �� ftiregn�rrg instr�m�nt, and acicnowt�g�d i€� rne tt�at i#ie sa►�r�e vuas t3?� �ct o' Tttc�mas �iov�nr�itti artd i�tat hetsi�e e�c�t� tY�e s�m� as i4�� ac;t a# s�,+� �hc�ma� Gi;�v�n��tt� t�r ti�� p��rpc��es and cc�nsidera�ti�r� i#�t�r�ir� ex.pr�ss�d and ir� tt�� ��ac�iy #h�rgsn s#,�#�d; ;;P es� �.. G1V�N ��3eli3�J� it�lY S°3lyi'J� A�� ���L �3� i��F�CE th�s ��{�' L�}+ of f . ���_�.�'J �'Y�� RiS / � T R�G.�4Yy�{�,. � fi1lR5. � � � � �TAt£ t�fi YF1Gt! �,�c *� iV�+ Cuw� 6B0. !�+ � �1 ���K�� �� �h�i.�'i � �,�����i` �� ��+�i�4t�tr,�� � GRAt�iT�E. Gity o� F�r: VL'Urth �„""`".,".. .��. ''� � � „_�� �'7������`+b-: �r„�`�' Ferna�dz� C;cssia, �.ssistar# City �1lanayer l:��f�C7V��}.�S.7C) �QF2M ANi'3 LE�A�.aT`'( ` �d_� t �, � �� A�sStS�..t�� C`tty ,��t�n�'t�y �i ,` •.� ti�.. � �i 1 � ��� F� }!✓' _, f �,Jt . � -.� t�a� � Pc�btic �rr �r�� %T th�e �i�te of T�xas �F��!��� t�1�', t��ie c;;��c;r;,i�r�i ��,l�tnr�fy, ��i>>i�ar;� �t�k�iit iri �,zr� F��r the Stat� ��` €�xas. r�►� t€�ti� e��y �rs��t�y ������e:���t�.xr=`�� C�iisv��s�3�: ��-cr�� tr s��tc� �a b� ih� __ �. a�rr� ►x:rsor� �nc���� r����� i� y�;bs�ri�i�� i�3 ��3� f�r���srt�i ir�tr�.t€t3e3�ix, �r+c� a, kno;,,�l�ed �. t4 r,r�: ��1�� tl�� � ��s� ��sr� ��+� �c:� �_____�. �."�13�<ty�3 ' ��.�,�s�� tis�.�_. ____� 3=��F �ks�f h�f �h�r E?��?�'_iff�TL� �1� ���I3�` �� it'�z;� �jf r;# a�� i'�a�f#CT �.7�t3d� l�? ;f>r ���? ,#i�1t`.I�ir'?5 � � � _ �}' dt'� i;C3ilfii�e?i"d�3;��? �'?�stx-t�i r x�i`�,,��� e?f3r' �; t� :�����'y ��3�e€���1 y�i��� .;i=.._., �:`!'3.��:!!i ta'��}kT��:F� M"`�Y �i,�.r.'€.� •���:_"� `5d.�.�. �l�= �f ;`;�� �'s,�s y �� ;.�� ', __..__ ____ , ,_ � ��� , �- � r > �' x�i .: `" ` 't r ��.:�.{. �.. .._._._.._�.._____......._» -,_�' , _ ,� t /. r �_�-- �v :'� `� F J »�--�... ,y , ,� = -'s�' .�.-==--- ,�.__.�.. _ _ t�dc���y f'r���= a���i ir�r i�� �#�4n af ?�ex.�� �,'�,�...�-,��,�� : 'Fh'liFl!`+€4rF:i�t,�.�1i.F.f=F=:C._Y'�,�r'..'u-A2�f1:" rr x:���+.vr,�e�-�r�an ��.a^rrr`O3iFs�:tdF���" �� �-��� �•�,�� -� � . ,. v�. '(dk`1! .,tr i&7 _C�`. a.-3: � :uL�� ,4r. � �C �yy� ����t v � '"� �""'+e i ¢1�!! i. ��� � ���, � y,•«y�R_...: ACKPJfJWL�D���dfEi�iT �Te�,T'� �a�' �I'�Xe�� G(.�Uh�TY JF TAf�#�t�NT � � B��=C'.rRE M�. tt�e unc#ersigrt�d �s.�ti�orcty�, � 1}lct�r� P�.�tafi� �n and for th� Stake of Texas, on this day �r�sscYre�l�Y a�{�ear�ci Ferr+�rx�#a Co�ta, _Assistant City Man��r crf tfi� �f#Y oi ��ir1k Workh. l�ncn�vr� trs sne fe� t}e t#�s� ��me p�rs4►� whos� name is subscrit�r� to kt� forec�rs�r�� a�str�rt�k, artd a�krtc�w4edg�*ri t� r:� tliat the same �vas the act af tha Gity of �t�rt Warth and that helst� exPct�ted th� �nze as the act of the CiiY of �ort Wtrrth fe�r #�� pur��as� as�d �rasidera+ior� fi�esein expr�ssed and ic� the capacity ther�in $#ated, C�4VEN C1Pd�E� M'r FfAfdCi A1�I�� SCfiL Of t�F�IC� fhis ..._.'i5 �`4Sj�i�}:t;.'y� ............_. L� il.....:__.-�"_ ._ .�' r;:•n �.+=�..:�,,�.�.,..k^ z `. t fiii`': �� Nc�s;1�'r�a..�`i �� � 'r l .TiG'��?TiS5i!_�P1 � �'iF }-'�S ��t���3 �cw��,yya,�r� �� � �i. , � Y�� i�caa.n:. �� :_; � � � ria�f nf ,"-`��' g �;� _, ��' = 7�, � ° ��s�E�..�r.`�t'�; P�laiar� �uf�4ic �r� ar�i fc�r ti�� �te of iexas ��;r:lur..yE<�f � �Aij�. tiv}- �f� F,��� rt. ; f €a�- � ;� �'? r �- �a�-. r; u, �a,} :�:;y �>. vs�as�s ...� > .+{ : ��� ut b:� ` ) r _ ai,��: '��.it7::�"J1� r�t � �.,�i:a:ai':,:��.cJ?�.,' Pf2t)�4`I;ti�: [)[iA��i�<;k; IL�I'f�UV�;�L1�N7'S PARt_::F:I., 'Vo. 1 Y�; Ci'CY' �T'itC�.i�C.T tit�, i)i)`703 t'721 t�;t3LRt`tLl:� Ri).�U S. Lt)7� 3, tiI.CDCK 2. P.=�1�"t'�.1) Ci��[�:S �.X�-�lU�� 1l,4y 1 E3ein� a����rnatieni c�raini�t�c•� e�ss�•.'�t�:.tit �ut c�f T_ui �a Blc��k � r�f P�intc,cl Cial;s, an a�.��litiol� t« th�� C'it�� i�f �'�.7x't �i�c��'Cf�, T4ar���i C�'c�un1�'. T�:��s 2� recc�rttc:c� ir. t����l�tz�x�� ���-�), !'rr�e ��3 r,f� t�i�; Plat Kcc�-�rr�s c�i� �-arr�irit ("r_,uiity, 't��.�as, s�iid L.c�t .� �cing d�.eded tu Th�ui��s (�ic�v�7.tz«itti anti 4laxine Gio��ui�nitti a� rect>tded itt �`�iitnie IZ?b�, P�ge 1(�2�.? fyt� tl,� De�� ft4�,,rds ai� Tarr��nt C`�>��nt:y�, 't'�xas. saici E�zr�r�ar�Unt cir�:t�a;e e�sc�rie�n� 17eina r�xi�re p<i.rti�i��arl� �c:sc�becf 13�r ��t�te,� a1-�d hrsu�itl� �; ti�l3c�:�rs' #3I'sG1,�1��"�zf., �t �!`� inc;h iresr� rc�ci f�x��c�i fr�r t�ic. s�tttl�ea5i curner <,t#� sai�i Lc�t �, safd ( r`3 inc� i�rt� rc�r�f ?�e�n� t�ti soutl�u•�esr ecrz•t�c;r of L�r 5 at'sii�3 Blc+ci� 2, saict t%`� ii�cl� rrcfn r��d t.�c-in� ti�e nt�t7h�eatit conser of t,t�t � o�t�said ��'S3ock.:.>, eaid !-'2 ine}� i�-��al rc�tt ,�Icc> he%ttg an cxE�.-ri<�r etl ec�rr�e►� i�i �i�e, ta-est ri�ht-e7i-v��a}� 1ii�c ��f I'rovil�e Sit�e�t (a it).O' r�=��;ht-t�f-�v;�v}. 1i-e>ni �I�i�f� �a I%? inch iron r�d f��.r�5d �c�r �he sc�nthca:�1 cc���n� �3t� �;<ii�l I,�it ti b��i-� Scar�tl� �;r cle�rees i 3»xn��z#e� t_l i sccc,t�cis t�:asi, a e�i�t�c� ��t i l 5.5� l�eat, s�iu �;'? iizc�ii iron x�t�ci bc:in�; ��s� �r�te��it>r, ell cc>i�tic�• in tlle- :ve�t ri�ht-t�[=S�-a�� lute {�f's,�iii Pra����e 5t��e�t; `�'��E�V�C�: ti�o►-th 7U c��gr�ts -tr} n�ii�ut�;s OC) sec��ncis 1,�'est. �:�it�Er the c�-�ut�� li�l� of` ���id Lut 3 and th� �3i��ti�i [iile «#� ��ucl Lc�t =E, a ci�st�u3ec c�t� I f�f�,C19 teet to � pc�ii�t �c�Y thc� �c��tS��,�e�i c�+�-n�:.r o� saitl I_c�� ;3, �aici p��iilt he��n� i�te zu�rtli�°�st u�rner ��f ��r�ic1 Lut _�, sai�i pt7in� hei�a� ir� t.hc: �{►.sf �i�t-af'-t�°�E,rt �in� ��t' EciGr�ille fZ�.�� (� �(t.il` i-��1�t-«1� ���ati��, fi•a�n 4i-1ai�:Iz a li2 in��L i�r:�r� rc>�� f.'c��3�lci #"�>r ret�rc�ier:� hears �Ac�re.f, 2"? c���re.e� U` rr�tri�rtes �?�t se�r�nc�s �:':�st, � ctistar�.ce t�#'C1..3 + fcLt; C1Ik���it�N" iti�artl� .;'' tie�r�c-;= �� aT�i�r�zt�3 �3 �c�i:r�i�c�, F�a{t> t+itl� th� �.�e�t Einc r,.►.'s�u� C-c�i ;�ti}cl ��=i1.�� tt�r� �,�s� ri�;��1--r�f=���a� Ii�i� c,l`sai�i f;cl�rv`slie I�c�<��:. a di:;t.���s�.e 4:,i .'s:►.�� teet to ,i �i)li?# �r1t' C't�Ti1C`•i; r���f,��r � ��a«��� 7�> �i�:er�.��, �, . � : �> ,>��ar,trr�.�, F=tti t�,:c;ttr_i�s ��:i��, �i ��i�-t�i�:cr: ��i i=i'� ?� Etst'f t�. �� ���,ut� f�.ii 4:t?i`2iC:� IFI C�3L"' t::i'i# il'1L �t( �;i?C� �,tti ..'', _:a31i� �"}d}It.i ��i!:S' tYi il1t. Gtit=y[ iltit [>�' �.IIi� L.;�}� `7; . _ , ., . ., � ���`.�s{._f. 'Sa.?r1�.�2 r :i ��:;�?';L_ ';11's #Bi;:?tJ`.i'� J� ...L'C)3'St�� L�,'r�''tt. �.� i`'v} � „ Si _a.._�, �? 3 . •.�a �lr,is . t Y 1 1 7 r y t t#� � �°. sa�� { -�ai�f f � ti.�.'�Y.�t �tS�: 'r�`i."�;� i.st?'�,' L)t `:•iil.i d...41( ��„ ':3 [I _;fu:fli.�'.�. ..gi� .�i .'�:..'2 �t�) T�'rt. I�irt . . . t � �i.�.i-. {tC.. �r F3�(;C:I;\'>'[.�rl:, ut3t1 <���stt�ifsotr7�= 3+:�:�; ��tgit:�ii= �iet i:r t} {l� } tat;r't� ;:+�' i':is1tl, r,��"!r'�:' t)� ' c;ti,:,, (Fz:i�t�lll r.:��'!;�%l<3l'. � i?� � t��_�f�ztt, t7�_i-'': t �e5ii�� .�-`dC : .? �,i3.. �L-T'i�? t:sGis. � "URS f�-<:..i?. fri'• �.,. r . :_Ci:i .v,-, r'.i? �., Y�����i �.-> PR(3VI'� [? t)R:�l?VAC3�: I�iI�R(:)'4'�i:�41%:�41°S P,�l7C.'E�. \�. I YE Ct".I"Y Y[tOJE;C7� t�of [S07El3 i'721 �:D�:it�'ILLI�; Tt(JAU S. I,O'1' 3, Bl.(�t: i�: ? P.�t1tiTE� t},��lt�i �V�:,te: Fiasi�: of�;3e��rs�i� is s-c�erc;ncecl tu ihr s�irihwes� Gin� ��f f���t i, 131r�c,4� Z, 1'r�iiited Qak�, �r� rtd�iitir�s� C�> 'the Cit�r i�f Fc�rt l�'��rfh, T�r�rnnt C'c�urtt��, �Ce�Etis �5 i-c��c+rded rtrt �'r,ic�t�e 3�C-�, Y€�i�:e 4��3 ��f the I'I�tt R�.�t�rds c3f' 'I'arra:�t C'��t.ntv, "fe:�zts, with c��,rslr��l'lirt�; alic�i�tir»ents st3u��n l�cr.c�c�ia. �u7���ey��d c�n il�e �rourt�] ��Z,�y S. ?O11. ,�(')Y7� �O; a�l'1i.i' .'` �,i 'f e i' � ;1� _.,.�..-. �........,.. — ^`�pI_ .... J� �' . . ° .' "..,_ _ _ .. .... _ _ ' . _.. _ , . . ( U3'?13 �itlll.�? ili;ri�:t�1'c�c� €,r��ic.>t.;i{_�ts{i) t.�tllti ;ti:ca`�,ti�;r�r [ { .r<�:; tir, `�����t ��:\�Il�)If ",'�'�j ��Fl�t .,� <�(' ) i;i'. tt . ��,�fYi`, s , _..`,i). . �.`ii�� ..: J'h( � ,qt .. ..< �'; +t7} t l�.�.' � . ��i a4�; _ _; ts , :.: !�; _ }' ' ` '', .l, 7f:;� �'�r AI'}. -. � , .., < �..� � ��� • "� ,_ , , ,_, _ ` � �,. � ,� � ✓. - �.,.:c�=-`" � . ,,., �;.... ��;, _i,,t, �, �'X�1'fB�T „� „ �,�`'� �'AI�C�'L Nl�. 1 PE 1�, � '� 4 � - - -- __ --- -- _ _ . _ {� `� �. ` .__._ .� _ _� Y' , � L � I Q 1� , _ .-- -- -- __ - - - � � � / f'ft� O�� j,}..� l �c� � � �,��` BLi�CK 2 1 V °`� PAMNT��D OdKs / ��V`� p.a.r.�•.°'- �t- C�1'Alt. "A" NflT TC? SCA�E " �+cL?:r, f�i'.. � ,11 s� �'" -a..� <:'�' � o ' ` r.r.=r s I � +� %/ ��� f r � � � / 'Cl�� �, % � � W J � Lpfi S �•. � ,� � � � N 3748'S3"E zase' 1 ���'���;' FVi i (' JQ �"� i2tfEk�NLE: HFPZ�� � N '�`2'�l';i:s L. O. ;:i' � �� iHl1MAS ��CfVANNiTTi At4sJ f , o � �tN � �� �tarni2z �� .__ .��. .__._.__ L'1"! � DR �.C.L i +�-� t u' �TSL>iY L�E]iEN'� "..:�.,,,� �,8�^i:.�l! F GU$E ' I � �F'`r_'i2 PI.A?"1 � tas _:. . �'. C��� _ 4 � � �ii S: ..'. . N y /, ��a+IEN't 30&d SQ.f7. SH� 8,071 AC. � m• a SE� 6ETAIL "A" : � ; s'i ^"` .�' F : '�,�8�`.,,,,,�_� ' i .� :�. � ! �� {:. r ' _,:::?: � : 't P.fJ.B. ;"?df3 1!7."(R J�1' 3 � MO'1'f� t3A57S QF BEAtt1H6 15 �?EFE.�?E1VCfJ f0 iH£ SilUi}'1iV�;5T l,tN� 4f LQi 3, BLQC!C 2 Ot� PA31v?�ti W1#(S. AN AtN�T�i71V '=.O THF � bF FOFit N�t).RTN. ��arta►rr covrmr, T�s as �e�o�?o�Q na rr�wr�E �ss-�s, pAce a� or- r�a� a�r u��o�s>s or T�,t,*�r ca��:t�. 't�x�s, wr�ri eo��t€�zur� 3 � �€GtJtiAiE'TfT5 -;ffQW�+I ti£RFON. _�'sl1ftV�YE#3 4tf 1NE t�:+}l}t4t? MAY K, 2fit t. � � � v I.FT 5 ( rt � �.,._ ; --S 00 OD'33"W 2t,17' € _.._._„ s er�;s�o�-� z�s:sa•___��.� %�!i;: I j2'IFi �- ---__ „` _._..�_.r..._..___u_ f � �{7 �5 fl _.._�_.__��. 50 � __.. sr�� � i� ��� 0 ���T �"`! �'�/ �? � �C.� t�'t` U�J�C� t�'�'� �1:".n f�r:n:_�r't�: �-�--- -�7r r, _ ., ,i ., G�.� � _. '.�-.. i}'i:' . ,� APRIL ID. 241 a XHIi3iT Si'�.3'Aiftd� A ���,�-r�.A�l��N�( �?�ZA�NAJt� �.:.4�� �ii�Ra'�' ,n:r � �CJz" �, �i�'i£ 2, PAI�i3EG �AI�3 !W Af�ttlt)�?tit^� iX; iN�. �vl� r`� ��+'�2T �:��l�i� �f1/s�� �;�ls��'� �.��t i 1�5 �Fi'�{�iX�Jf'li IM ilO�.�JM� �8��,9. Pf�u�: 433 Pi.fir R£;CC7�2DS t�F' 1"AR#�At�Ci C�U�vTY, TEXAS IfdC:. - 752i �K l3EYIEiL t:iY:i. 5. f'£.RT ��� i j�`: ,. � , ... y �_.< . :�t'` .r' � � `.-., � �.s� .P'` x�_ �.�. .___ _.____ __-- {�;�"�'� �h/t��1 `�yRf$1 £SMi.D'A�" RE�'i1SYFR£3 PfiC�fT�S`i.'C3NAi IJWO 5U4Y€YOR �' _ k�'i. 519�4 ?'�::SA.i 7$11A . t3t7-�4$.F.._i{�a FAX �17�--.(.9$--;�1� �$��;E'rt>ra��a!!� �.���ar�l�� T'�r��s�� �c���az%y i"��c�� �>�ftcia� I�u�i-slic Rrc;urd:s :jl1�il�i3`lt1i:�d`I ��lr'��t ����s1`�2i�1 #���ui�s� ���� �t�r�ar��������',�°����i P��► �;�� �"' �;�,�r ��1 s ��� ��� l���` !� �'� F����r��itt��r E1�„-� g �r� � i� _ �r ;i- L�� � �3i�:�:k �; �a�� �.� . .�c�c�"���s� -� ��"'�� ���,���� ���� ����� sT��T� f��` `t"�'.��'a� � � rC��'J`��' €l�l, ��`'� ��` T����� p��i���A;�7'� ;_�°.�t.ifVT�i' t�� `i�.���,t�i`i' � �i�'._����3�`�.�,�Y�'�f #�TH �� ����� ci��ar��� �����l:�`Y ���n���a� +����- ,����y -��> �� 1 � ��;��i��T�:a#�� �ir���l�� :�r!� f�c��s� �t�n�t�rt ��RANiCJF�'� N9,�.Ii i�JC; �#`����� s(i��x,3�!c�ar�s� t et��a�y#y�: �'��;� t;s-arcRr���;a��a t�;��aa� �kt#��i���r�, T�a'��s7� ��z�rit�r, �`�x�� C�f��N`f'��.` l;f��" ��� ��F�di' ���.t.� ��`i� � � �:�'`'�� t�f?��i����'s ii��3i._it��� .�I:7�'i��� � (;�u,+��fr�,� �'-��r;#�.); ��?t� �'3���`ti��l���`�"��,! �i. �`R.,dR, t N�tLf� Y rl.� 1 h4�3"�a't.�#��A 9 ir�� ��e � 1 i. �!� R� (�����d.�l�.���.,_� i i� ��i i��s'� �'�49r�r� r�'i ":'i �St�) �t�� z�t#�� G�c���.f ���a w. �?��.�#��� c;��r`��i:��c`�t�c�� 3, t�t�? r�r��t�� �r,ci cs�a��,r.����c;� t�f �tr�rt� �� t��x�,�}� t� �:gi�+aul�ci���. F'�t�F"��� �`P. r���r�z� :� q������ ��� d��2 �4 �3�����t �, ����r����� C�<�s�� �r���n 7� h-�3ri +d�f�art.�, ��ti�fl� �s�iS%1�'�, �t�a��i'�, �I �✓[��.� r�,r?+,`� !P2, 1>°���ta�� @5���` �� �''��a��3 ��C�.�4 c:r� �`3E? ���'t-�'`r I:"iti�'t.:CJ3'���; ����`t`:��-t�';���rt#;�. I ��.:;;��s�`4 k��:���t�� �i,4�r� �a�?_°��.�t��r�¢ c�s��:���� i� ti�� ��x,�'i3�rt�� �,d�; �rtiti "�'. a 4"rl1'f+E3i' i'_J� �s�' ttr�! �;�d�'� $#Pa°�%'a �" s?�� Pc ��#��$�x a �3�:� rtSf z-�r �y�,�a�� <`t�i4"� ��`�"���'t�;? rrfl�'�a.�e�� �C�<d5' �%��`s ,.� ,,.�''R � xi s �' � . � . ;`.�ii� R '� -� � � " �t'3 �`�`s` �€� sit''�A )�,9 � r�'�-'� 3 x"i'�i.:Z# h t�i .� �^.�s�L�±�k3. rd! ";�`a°4J�Jti'i? q�������� �t.,����a�;r� �.:r Y���', ;F,�>'��'?f�.$����d z�,>��-`ir��s s' �a fi r�.. Jir� 133'�3t �t ,.i.�� . i Y9 Et;.�`�ffi��i$�4. ���i�l�,s"�d ��f"� '�:t�.'� f5i :�'r�Jsmlaaf.�e�'2#�'5�5�'ti�;�@Z`7-4�a�� d : ��j�, f"�ii�hn�i$.R'f3 7'`L:'�.i�'if�?�ia i.i'i ., ,� . �� a-.�t ���'. �i2-� � '�;����� v��;'.t �33�^', ,�1E� at ��-rt,�=�s r�P."��"3""�4C=itr'Y� ?'i�i t9�fii3'{ti�i„�;xl�',°a�,3 �$�-�s �:�y9c974ae, i �ya '�;7�.� � :3 '�' .3d �,3:s3s3t�s9#"��.�?�, i�„� 2��'?�� ���� ��� �S��Sa��z� �_,� Y't'# ���?Fr�.�� � �� f���7..x���s ;7�i'�� �;�rf� C�� t��, €<��z?y� ay �:�+srt�%�Mz, +��_z?a'i's�a�?€': ��s",3'��� � " � ' x" �:9�e� i..vi'����?�"?It�d aY �� �y�C"�!�":'�. 'r:`� i3�> i ��. �'��aaya t'��g t� ��lm'�'m`� F3t S� �i.�' ;:� i �$:�k,�, ��i� E��"'"��� �° `*e.,��9 (g ifii�"��7� 3�ac3i3�k3 �``cE-e }�i�, 'd�'{.�3"�, f.Lf��*r�.., ,<ry�sh� r.a�3:.8(.>S:� .=i �,ir���#�`! �.,�� d�,9�"i� �i�t.-�.xsa9'�'"y =�t'.+'��4� ii'"tV#'*.;a ld.3E`�§' ;�.�a;�'�z�'�i.� '�1 [=�..'�i;}�k� ,j�'iy„ '���y'�x:�"��"f� �1�".'�'�?st/ '��?{�'� ttrl �Gx:�?�7 k�,�' i f +� :,3�"�'d+�i` ��� �'��''.,`�".�':i�S?i t�4_!#"�;�td.}�;;;�, 3;tN,��d�+i?��' `�lt.�' s¢�!> ��.�i`a� ,:lalt� �fs`Uxx�,ir�eA � .cl",�^� a��,� �:� 3#�?,�`a fit5 ���t-�i ���t4:°«g , �' �, ,�, °c�"°`�'�, ;'�r ��i')'�' ,.��i" ��`:�<.:�, �+ s' ��t� �)�.9;�f�1�E>s ; �z �� x3F� J , , ,��Ia f �.�::a ) .�,;.;v c¢ �s�.`- i'' r rt.a5 �: 'r��e .�„rr�:d:� r;m;i ,',s;�a`aTt+::. ! r� t..; : 7J.a t! ! �: ::,t -, �.-a�3 � � �,g i�rsj�" �.f w;�x�.�� r..,M�s4.,�, ����r�tsr��„ a�t�+�nirt�: ���4����_ :�����r����< �� r+��$-�i�'=��� ��icS �acifit, . Is� r��a �vYrtk >h�k� ���xtt�r �t� �,s�� fl�� ��r�#�� ��� �r�y r���r +�v�3'tc,-� ir�t�sfer�� �rt �r�y r�i�#�ri�l ���y �� e� ���r�.�r�a�����t ���tf� ttt� �i�f� �r��:��� �r�r�fi�t, �� (i#) �r�� c�r {�+rmit tt� t�� �r�c:#�d v�+i�tr�� f�}� ����.�r;�a'� ���,�y � ��rr�����t �t����zr� �r ����s?is�;r��, €�a�tu�ift��. t�s�i rt�f itrt'ti��ci tc�, tt��tt.tm�i�t si�r�y �,`�ui� �ie�t, i�i�f�t�ti�:#:}, ���i� �r` s�t��srt�y f�t��:�s dc w�S1� ar akt�r �tr�.rci�sr�s tFr,�� re��€i<� � ��"r����t� ��rr�t, €�e �a�� ���:�#���: r�:�t s��:i���t� � ��:i0�ir�� �rmit kst�t wt�i�� �t�t�y t�r�4�€� ti�'�� ��t�;tur�l rrr�+���t�� c�� ��s�c,iiy c�� i�{�� �t�3�� ctrz�ir� �r�� it� ��s���#�s,a���� ������ �i�a�# ��� �fi��i��i� i�s r����t�� �� ;��€���� �# tn� �r�psrty � .��r�ntee's s�1� c�r�� �d �x���, tr��f�.��t��� ±#t�* r���c��a�r��-a t�� ar°�p sa�1�s�:���,�: ��i�aeway�, �r �irr�il�r �u�;�� ir3°s�r€���r'��,.� l��,�i� �;�� ��p ��`#j���n� ±� ��� �����r�# �sr�i�-.� m�}t ii��fe l���.�r� r����v��, r�#c�����, ���r�d, e����c�, �� �����rc�r°��3 �� � r���,i� c.if t#�� Urant��'s u�a �.f ti-� ���r��t ��;t� ��r�cs��3�� �rr��t���d, h��a:�r, €�?�t C�r�nt�e :sha(f r:�t b� �t�i�.r���c� tc� r��tt�r� c�r re���?�t;� irt��tsr��t s��t��� r�r �t�q�r ;�-�7�a����r`n�as��� �n���lled i4 � v€r�f�tig� of �h� �r�vi��t�� �r�c� i�t����# ��� a� f��� �=��z�+��. it� N�:�.f� F�1��� i`� �i���:� ��{� ���rc��:��,�i���3 ���:�2, t��t��r �si� �fi ���tf si���.r��r t�r� �±�l�tt� �r�d �,��?���r��r�� �r�t�a ir� ��r��y t��}������ �ra�� C���t�, s�s� t:�i�rtt�'� e��cr��:.�sar� a�� ��i���s �€��+���a��; �?�� �r�����- �r�� ����a� b�d ���t� �.����€ �t� su��c:�s�o�- �r� �ss��t�s t�t �a'+����s �� ��a� f�`��c�t ��f��� ��i �� �,���' �� ����t c:r`x#� Ct�r�te�, its s�.tt:.�,����ar �� a��s�r��, ���nst �s�� ���� �#x�r������� x��u#i��ty �airrisr� c�r tc� cf�ir�� ��e ��rr��, r�r ��y �rt ���r��. � f�r�f�� ��t��:.t?�{�t�r �= ��.� t�t� "� ���� �-�rr�p�r�� ����, �� ���r*,r���, t�r� �:�,ra�tt�� �r the i�ran��ir� �eFr�, .�u��������, c�� ����r�� e`�y ��r �i���� t���ar� �� ��i� �r��i��rs��y dat� c�# ik�i� �c��i�s�,€s�� t� r������ tl�� prsa��r�+ r.� ��?��# c��rf��r� i��a���ti�s� �bcas�f t�r� ��s� ���c-i �n� �;c���4 ����-��� �r��f� ��+�r-�r�: �i�f� s�� €s�� ���ic��s �-�� ��s��rr���+� a�ra� ��,.c;t;�x� u�d��- ti�i;� r�c�`��-t:#�t��� �����r�� �r��t�rrt��-=.�, :�� ��t� x��€���� ���� ��li t�� ��s �rt`�;s �f �� : �ity ��i�i i���t���;� i� t��i� �����i�i�r�. ��tih��t ttt� �,carit�x� r��i��, �fr���st�� �����s� ���r� �r�r�-�Y��� i>t��a�i� ?�s� ����'�t. ����a��,�'����� �1 _..�� �� �'�t� �'�l..€.d��f�i�t� f��G�� �- �,� � � ., e � w� '�..:�- r ;r,ifra� .�. I�'a .�3,=.`�. x�.. u, . :— -�r : �r;� �.t� °r. �.ia� w ;�,:�vi � .��s t�;u �J�a; ":�_Y S.� 'a 5.'�Y+ 4 L_�. ,':.} l. � i. 'C,�,3R r—:s. _$.. . s+., .. '� `�� 3.. �~�e _ `�__.����, �u ._ �+��ra�l��'',� i�xs���` ;J,� - ; , �' ,� �, , �-- � __ �'� � � �- _. - � � . , . , . . ,. . %_... . .............�.. _._......,�_�..�._._,z..���,,,--�,..�.......,_. �' �.�t�i�E3 �'s�c3i���t`$ �5���i` �)� � �;�,:�; �^`; t.sC`tl.t�iiY G�;7k� ��F'�ra��±�i { � � �"�ii � � _ � �� t��i �v�r� �'Jr�r-�i � ��. ����?�-�.'"�sY�. �_ �",�rr����!t� t�c���, ;��=>;.�i��;�i# �;���ri������ f�-1��5'lB��K..J���2,.4-.1 s�"�.'1.. i(.�i T 5�.`�Y>lf r��4F`iL� (, ti�..a.t�t..� I�t� i � +�,+,. Ir �! ri e:1� ` f �.,�p f4_s.�j.-�-e�.y.i»r:-..'S3.�sf�e1�-,Y:c, ......� .................._�_..e...._ }1 c�:�s��f[� ��;� ,�;�i�#'i`��' r'��«�����d�������� 3 � B�Fc��� �r��; �i�� �_�nc�#x�r�;rr:k�7��� ;�����r�t�+, � �c�i�=�€�� ����t,lr�:, i�� a;��i fas�� ti�� �t��r� �t Ta�e�s, nn �tti� rt���r �,���x���#ty �f���sr�r°� v.�u._ i��a�t�I�s ������ �. k������,�x� ��:> `�;� t� I�� tt`f� s��rr7� �r�t�n vai����;�� ���,�as� ��, .�����.��.�:f ��:, ��� %�a��r:i��.� ;i�}�����fi����r�� :�+7d ��.;;J�v4v9�:�f��� tC3 i"ti� tiir�t ttl� s�;Y�� `�1�'3� �i� c��r� r�f ��i!t��i�� �t€�P`tE�s�9� p r`l��� tti�� �"r�:i�i'��: �"x�iirlAt�=�i _-- __ m e ttr�� s�rt-�� �� tF-�� ��t �� �r� .�._�,�,���:� pi�rt���r��.._�.�. �,�; �'� . ���r�;������ �s ��! r;�r�:��zi�a�;�ti�r^{ tr��re�ir� ���,�s��# ��<� i,� �t��y �-������:�� ��:��;� ,4�#�c�. ` f �� a C:�(1/��t'�1 t�hdC7��' €�''s 's`sitl.���i ;'�,�3�� ,�'`�t:o`�tz {.��- l )�'t '4C..�� � ���,�i ' t�-�� �;,yi'� �,.�_ ,, �� � � ? . � � ��r,,�_ r ,��-�� .. , ���'�° � _ � � � ��i�S�3��1�� .. ��� �� � �� �� 4� �`p �_ ��t��' ,�'��'si#� �G '� � s ayA�#��� � ����� �, � ���� � � � ...�1 ar��� "�� e� �: �„�y ���. �- ����:,���, ��r.� � �: �_�� � � ,��.��: � a . ' � °�„ _ �1�t���� �-'���Y��v�,� �nY� tp,� ��t� ���� � � � �:�r� � ��4 �;���������ri�iU'�. � {..�i,:3?��i t �! i,.)g � � s': � .-�;:f'��� ;:�l� '��:P':?�,�. i',,�i� ��`iss r�s,e�+;.� S�tr�r,� �nas?i,�4r,Xx,J; � �� 3# ;s�' ;xi��.1t�: izl <:rs:� it..= ���,_ �A�-�x:�:� ... �?.f,':"�;:i , i;i s g� l l C9 �'� t r : t �..#i i'�4` i? i�k'�: �` t ��;'i s x �� A .`f � t3.:-i �' ^.�. �- .. ,:�,. �� . .. f �,, ,a..�� �-'. _, , = .t,., t1eY..r ,„� rti+'�� ?4.J �:a�y �li i �;' s'�iT'1�" � d�iy;}7� lI?..fr��4. +Y���;t�?� .i��t7%'"1��''.� $r 1f"t� f,r}fif�r'��JsrC? ��1:�i2��r.�:?A�, <�IF)R1 <_,{.P�;(�t>�,:�3t�.:��,r;r` � �, . �. , � � ��� � i,�v F ; . ,���s€f =�. ;�ti.�a; ,�.>a' ,,d',� a`ri � � u ,��. � . � � , .,_ , .. .,..: ,is»kr�:,a.`;ii os`�, .� #�ti�� + .�°�i�';=�t ' i�`k ,�_d�..l�'r-� t (4�;:�: "'�r#r,�+^' `7 5'3�..t. f.r`,�i r�> #.:�cr4..r;: .:�m <.',3"i ..- � i i�,>s^ {,'�1 ��`rl,;*�-?, ;f�!{a � �.C��lt>it�'�;y .#i t�tV td �r`f �,`.�:'�i�� �;i.�J�,�:���z�,. �,t;�J ;#, � 3 ��l 4l,�, t.�'�.S ir ii� �:; , z�;l f;. . di� <��.. . - , . _ .., < <r'- .�, ,y•i- , f�.�;i.^t".'�i �2iFrs�J�� ;e ,��1'.( i��.l��:t�r f,r';r,ej .t.'�r:, .t� <�y�•� �5.��. F� �> - 4 k3'�3 C.:f: s '% �•...,e� ii., s'�} �r ....., r t.:,_ f' _- a . .__ ..--�- - _ '__.� , . ' . r � r� .._� . .,� _ .._ � . . .�,.r._. . - __.�:.e �.. ,,.u� . .- .�..�._ �';, �� �( �i tYr� tt, , i�'.=11 #x'pL� itf? ��J g� '".Y �!� x'}:� �z.�;t�:y t"�z 's f IJ�'AY ,,ar.,� , r,-?3"=,�._.i�.�" i st s's, . , , { 3'"-*� � �� �"�. � � �+��� � ���� ��� � :� _ .. a, t 5�.., 1 s�s3"13� �. � , i7t��i�r�Y ..1 .?. . .-. . , , ,.. }� � � � � '� � � r"'�` a��' i�JG�� �� � � �.� � , -,.�� �y..�� ���• t�'��"�� �,��. � ��� a, .�,-:-_�� ��i�iC��'�`��DGEAA��lT ; ��. i��: �3�= T�1�, � �''�l1t�JT`r' �F �`�'�.;'��:��.�_. � � E3������� ���, i��a� s�n��,r���� ::����i"�y, � E�du�.�;`� �'a.rk�f�� stti a�xd €t�r th� St�t� �f �t�;��s, �� t��� c��� ������:�tt� �������� �t�a�r���t� . C��, ��sist�rtt �It� t�ana!�_�r c�f th� Cs` �sf �c�� �c���r. k���u� �.� g�� t� k�� tt�� ���� ���r� w�c��e r�arr�� is s�ab�crib�d tc� �i��? f�s��css"r� is°��t€�,�rn�?a�f< �d ��nt�s+������ t� rn�: �#��f t�;� sar��+ w�� t�� act af f�e �:i�� � �=r�� �s����-� ��,� g�� 'r3�i�3�� �x��aa�d #.!*,� ��r�� � t�t� �uf af the C:ity c;f �c�r� �l��r�rf4� I�; t�e ��s������ ��� r�;��;ri����� +��x��� ��;�*����� �r� in i�i� r_�p�aty th�:r�ifr st�tr�c1. t"��'��N �Jt�1<��� s'��'' i-�,�4�t� ���3i� ��.� �� ���Et` � ,�s� ; �',_� ti�ay �! � � � � a e'� ,�,a�_� ..y'�-.-� �s.,�,%%�'-='�- , �f,�i � •' — - t�t.�_: _ e.�,� . �. .a... f ,. �, � ��- ` �'^�^ �� -�-Gt� t-�"�-�-" _1�--�r �.���� s'�'� ��rc.��....._.. �'L.t�Ja��ry F�t�rbt�r�� i�€ �rtcc# f�r fYa� `;'t~at�; �€ i`�x�� � .��� -�= .d.., �„Y �f ,� :�,LL� -�� �.,. �( "'�s� 3iC2,�2�r �� _� � A. _Z . �:4 4 ��::5 ":.1i . �� f {.{ �} � .. � ?4:, L.?J•� i{E r � c�ri�w _, . _ �� .'.'w"' a �iLsy.�..,-_'-..�� E�S- t�3 ai`. S '}'�a=iS{'s..f..�i f'.'A�la;�s 1.. ,",Y, f�;=:� i' i..:a' d�:..P � t: p'+ :r{� ng.£.;Fn ^ ix�i. Q:� �#.i �21 i i�}�5' �! s} �l r'f.cF37✓ i A,.,:. �� .�- IfYY� �`�;1 c I��t����;�t�; t�F�.'�1"'��{p�:: I�����'�tt���'��:���,:�'`�"� E'���d;1E�.. "�c�. ��'�;` +�;.i"�'"�' ['�i���'t�"'I, (`-��s, �St�1T�? l'��f� #''€�t�1TIt'�'L,+' �'�,��f�w�' �, [,��`I�` �, �1.����'�.. �, i�,�l1�`�`#,:��I) (:),�4�� �.�+'�.C�9.&.i! i d3`�13 3��in� <3 {r�r�s�s���r,�. �.rai�:�,�,�r• fa�;�e�€���rst a:,4�i ca� L�t �, �3I���� �? r.,l: �a►s�i�;:ci t"����, ;��� ;�a?;Ii�.c>�� t�� �l�k, � :�ti (?� �'��� ti�r�4)T�i,�� �i�e1�i 5.i�� �.`t}t# I2�, i t °�c'�,5 :3,'� t"�,:i7tYC��fi� k.�2 �'et #��Ttt 7i'�c �- �r=� 7 �i . � �'- �'p ���.;, �b�.� '�� t.2�U } lil� E��C:iY�'Ci:� C,jt� ��iil"�.I1� d,.1.341i1�1, � i,:st�Si �f€�?� �.�'p: '4 �7�'f13� z�C::'.Lpi.'.:.� �.4i �.�ti��� I� �?.'.11s.<ii`i i"4?Se� �:i.it)l�� �t��t��t�tt ��;' r���.�isc'��f�(! ir� ��'���t{���� ;..'Iv'�'�,'}a �rtil� :*9+�, ��:�{i�°�':?:�l`�7<`� �;f����� i�x:�;� k?_,�`cq4�t�c1�; ����.��k�t�r�l ���:7llil�+r �t��.l�� ,hi:4!#� �4t��TCia{(kC;�%� (�i'321t<]��c +>�;is;`�#.t'.l'1� �SC;?� Y'#?i9tE' '��tsYi�`1(;17t�3C�'p' t�4.::Lr1�7f�'{� C3�j' I7it,`�'t!'v rtsa�f. �r��,.����#� ���; ts,�l�r�-s„ ' ` �+�,�t��ib��'�`i,t'V+�; �,t s! ���:tzt �i;t� tl�t� ��.�uE�i�v�;��P �,c;4�r�e:r a�f �.�t 3 a��`:�,a�,l �3n�.� �, ��Ex� ������. �>�;i�-��, tliu �t����t��,��::�� c,u�-n�� �at� ��43� �� rr�' ���u� I�)���',� 2, �,�sic( �rscra�� �t�t� �.�,�t�� ��z t��: �� ���;1�� �`�ff-�v�� lirtr; i5t �=ticurtitl��; E�c�;��l {�a �;tl_tt' t'i�i�� ��i�_.�,�tti'}, .�'rc>��.� tv�:�a�tt .� �i"� it�t�.�� irt�r� 7-�>�, 1i>tt?t:i l;:rr rc,Y�sa�:rice P��4cr•�z %�d�:sp��� �i ? a�e,s�c �;� ('i7 sa�ifim:�tu� t�(3 ��:c��t�rl� J'.�a �'�, {� ,�i:ri#�t�t��; caf� f;. � ? f���,#; "�"�ZF `�at�°�'s `�iir��l�; 1f1 (IVi]li"»,`C -��) (T,�3Il�a�.t;s3 �if? 5�',Cs'��`ld�� �':�1yi. �s;`���1 t�'1�', 3ti?t7f,i7. �l�aiv' t)� �,c�t[� �,rS� .� 2131t� 'l�u'3$�a t�l�, i.itiJi`��7 �tii3f: r.7j-, '��iil� �,tt� =�, �Y �aS�t4r�31£;�'. i:)(i t4�(?,(j�g Tati`.,"�. ft� ;3 �;"� lili.�! 19'63i; t`t3t.� �t3dlllx� ��;ti" t��€' ����;�iV � ���`' �3i� �ri�+i���1�_m cif e���, ���;r�ita c��,s�;��i�:;�� ��e:rt.�<tr��:�x� f3�aotirr.��t� ���s�,r��s��%t., �;��{�� 1,:�; ia��:4� px<,r, .�c�c-� }��;ir�ri ��4. ,i{.1ilfkCi�"�;�"e�; 4.t`)i'13�`:3 Ci� ."�',?i1C� ��ti�l .{y t'.2`tt_�, �r'e� tf;ti`�l #1'i1f9 !"f,t4� �"�t',?$3.'�.F 1:;,�f.", �tUT��!°;an;.'� 6.t7t`!""e.�'i' 4;#''T3'�i� �_,t,s�; z�y :i�#]i� �1 � ;1ti:i] gft7iX i'cSC� �34;a?���,, ��"St ::r3c��i?3°w'�ti� t'.tD`�`f7�:'� ty� ;*:'Llifi �..i11 .?, �;�tit� � � ifl�'�� (YCtii ��>t� �'s�'�ty {�F'.I.�°t�; t1l1 i><'�'�:E"7'3�;t.i' r'�� fii,tCiiti"1" IYi �.�'s�';'�t,*;$ t"ita�jE..(j�=iSi3b' �li`iF� Sj1` �it.3�'If�� ���'4;i,`� �i.i ``��i�.��' �Y��l�w+.i�-'1"J�iii�}> _ � S3S.r��..�.7',: ,1`(� ��;:"��:' �' .''5��1�'�3 ��{.� ��f',�T�`t:;; {��� fi�tt3#t�Eti .�i;� :;e��;tiit(�� �:';i�i�., a4�'3�11 $�4s. l�J�'-:i� ��iyt� �>� �Fi.l�::� k.t9? -� k}ila:� sr rt�7 t��s� ���yi lit��: a;a`'�;dt��� 3,�>�. i, �p d��.aia�r�r �{3� "�, i'F �R.�r;� t�� �a. �€t�r��4� �=��r� �:d.b�.t.��.7,; �;,.osi_1� /�) c1;=��� E.��; ��<;a xnia��i��°r; b�{s ,= 4:�.,�tal. 'r� �...i �� tji;;t a��d°�. ��h � v. �,�.� r; � � ., � ., . ", i�=� a �. ' �i � '� �ni �; t ta�C ;vi3Ya1�;C; ,. �� ���a���,.�'r `W��4 ��7 � � �#p r � �r #1���t131x �„ t)�3 t�.i ia�t,�t � 3 s�., A {�3.`i�,r8(1�-�: i➢� �2� Y4) ��a � Q�J rl ��4.�LTl� �`� t'tJi�dC ��9 �'t 4i3'�i"i �ltfiF. ta{ �,��� 4 C>£ �'r r7:9s� ��Ulk2� �')sfiba� 4f'# r�i+, b�{'y� i�����a# �)�-s,'dt#f �Is��_ t,t4 s�'i?i i'.�)t.3.4t�. X.�t.a.i,:r�.�. Sil�ifi t'�L��a;��� ii ?.t� ii�a;.{i i$?iA"J fi'jS ��,b,.���i# �'.. �xik' fS� �s.�'�1�:, �ti �,;; �d t � , � , , . , � ,� ,y� ���z� � ���,. .)?: `� S �.�i M R �:,?� # � ' � z F2.;`�,:. d � C?13 �3 �# '3 �.� t ^�t; �."er1� ��, � + „ �� � u �:i �' x '„�,t a : � s. �».� L, ',t3;t� . . - � "9 dY;C� '�+ 3 t ` �>ICr � Y' � r��.'� tk{ rkt(,," tv_ K't� 4�S":�S{ i)? `.f)+.: r -- � ..' �"4 ,�� c>?':.< .,,� i'i�s sit �:s { t rr.`� afta. :>` r ;`i. � ��9,�"���.t.�� iA�7Ji`± �l {i:�Y�.;tx .'r i..i 1'�9E.�i !�'�� a,<� �� ��` s i„ - . . � !. eo_:1 x �`� [f?� l r �'�6�aa i;��'ti' r t �?.� s"� :`� ��a ;�,;q�£� iP '� � i� iS f)!_�� dY tt�) .�l�f j�f.9t� a,fi';, I� r. �'',;.?5 .''S � SJ±. ^ i �r � 3ia � , t3� .� � � �[ trb". �; �` �`� ce�'�j,� ,. ., , . , � " ' � `���' ��,�>�:'4;�y����� t�'�3';? a^,{t�#��E�7i't� � '3�vi:� r��.�'?i`4 ;�.>.� i}, id!t� r 9 } �,,a ',, t>� 1=:]�?� � ES a„�s � 3�t..;:'7. � { ;a,,�,�{r�i Y �i " "". ��;•�, I {.. �.•.,3 ' � .. •fry` w , �;ijSi % jti'. "�'',�� ��,..�r- j ' t�•-t," e :_,(�5, \�i'{.;_t � - � .. . i. �.�. i .,-ll ,�.'{1;t .f .'�.;,A . �: i.'1 :: ., � _._ �___... . . . . . � - ���:� , , :',�. ., 4 �;;- i ",-�. F�,4�'����F�: Y.���:.t�<��,�.�� I������'�'��_�;�€�'�'��� �'t1. ��f.' � I� � �:�, � � �: € �1`�'�r' �#�{7�.��.�'�` �v, f)f���#� �?x�� �i���'�<���. ;�'����,��" �����r� �, ��:��c-��: �, ��,��������c� ��.���,� �VS:iYG�' �f;l�`s€5 iti �'�#'.:3i`tt'?� i:7 I'L;#f,'�"rc�:Sl��c� ii:i f�3s':: .`iC)4[`t�?`st�r?t�� (itx� t�� �,4:� �. ��S�::i��c',. �} ��3'_��'�a_� ��,,i�S. ei-IS �ii�4.�S�t��i� $�' C��C �`,i��'' �_3�� �"�7�'% `�r�i{a:13"C�3� ���fi;�`�izt �i_:�1ii's9r�3} � �;'�,iT;s .i'� �x�t:4t���4'�� 1?� �r'ia��'tTi�' �:�:�i-L�. �' .t,��� � �:� s_=�' :�t� I'1,3� �'�.d��..�r. �� r3�` 'I`����-<�r�� r�'����dt�,, 1 �, ���=,, �;��iiL c��itt���t3i��� ��>t�.���;ct�t;� ti a�?ia'Il s;3�`f'=�:�5�1 �,t:�"t;°.;i��;{ 43t'� �iil. £;1i4i�F�t't <��`�;o' �?, �i.�; �. ,`1if�rf' � { �t _rd? � ;.j � �u' : s7 :;�"� ._,,.......��.�,._.. J �}.f._"' .��`. " .� .__".�� . -_'.__'_� , ���}: :�� ���,� .__ _.. ._.�_..,�__..__, , _ i �. , i�- , n Y tC+ <➢,�+t,:id t7 c;{,� �,��£t;� c�i s.';a .�s��? .* t`r� k � �:; �'a =a�1,�>;� .. ., r y . a r �,;;�:�3� �,A„� � a �''. �.ir`,� S pry ? ti ;.7 � f Y . ' -t' ' '#� �'J* jrR ;4, -4 , b. ., , � _; - ; ;� t. :� � ' � ,� '.:i7R, r, . .. `-+'� ._�.:.:C . ;i;.- .{ :.i£��� �., °y�,,. s, j c,l,r. ;» 4± a� �s. . l �, , +, , l a ..� _ , ._ . . _. .. . . _. .. . _ ; . 3 �' �=1.Y , i}Yv �� �� ��� �� � �(l� � '�,�,1s ,� � ��� f� ��;, ,, � ,.,� ��.fi }���� . � tW�(,�'I ``- �r 'V .d✓ ��,[ 4�l t y� I_l 9f � {/-�"'^j[]J f%'��'{��'f`�(`j)JJ/��� .(�y'yJj7�..-�/ L1?X' ! F i 1.6 V�9'ZA.R../ d�r�I. ,X.y j, �(� S / ~`` `� �� } � j ���� _�. __ __ _ _ _ _ __:� �, ,� } -- � _.�__ _. _ u , � j _. — __ �. f� (�1 � - t. ra�' �;• i � � �'�(��`i� ,�' � ,���.����: t� a�_s vt;Lt;:tE ut1;9 - a, t�At;� a i;3 P.}�. T.�'.3. ! J' ` F,fa1" 5 � 1 � �� f i � % � � �� d ,r � �.� � , t� �. ' , F-- � ' ' t� � ,� �}.. ..� .,,�,� ��...,,�.�.�,�.. � � .�.,�.�..�»,. tt7' �ssf 19 t A�,�s�ta�..ldT — _ �r � (f'�'i r�Ai�/ � � , L�u Lfi�' 3 i y i ��� � "`. � � 1 � �)1��,�a ���t{� ..�%v� frr�'�� . . 1 i i ���>��� �/�`���i L./ ! t CQUh#i"s' Ci��i�C$7 FkL.E l�, CJ��71�r7� � � � P,t�,C.� ,� F3�irti; =�c�t urr��,,�+ J, �! ff2 k r���>bi� fet7 FEFE fdc Nt � 5Ei9t`�'`.� � Ai 22'U7 t.^, � � i,5' /' r � tl.R�F.C.�'. � �� 'c�,�v `' -�.. i� !��"�f1'��ti'��� �. i ���� �... 2�.i�°__,,� � i j-5 7t�"��� � 1 / r;�r'.�i�y, . �� �-� �� �F"���E: c ,� j � :�� ��_��` G��r � � ��,������� �.�� �`�—� �T°t3'C!7"w �r+�, ,�z��i� ���.�. 2Q.17" r sa� r,v �� � �� .� __. ___�.____ ., ��1�M" .,..� __. _,._.—._..�- � �a..s7. ��d r.r.s�.rY ,�X::.: T, �A:7' ;! r w'�'t��G.: �1L.5`tw,tt!'•.£i�Ai?N#ta...t5 df.�EF,£`�drrit Ci�,3 tb�ik i+3t!"M'ff�.*.ii�4L?'� tc ;:�<ti 5,v�. F�Lui.K 2 U�' �'iAtdi�fi, �rAk,�„ API A£N.7iI1C,�i �.3 (43k �ff-t ,�" pr�i 'la`�;11,� .'Ai'�A.�T "X��,��'. 7"S"4�,� �� Pifr;� 1?��a #t� �a'�3l�.lt� sNH•--�. ^r�z:;� .�"�� C�F 7i-i� W?Ad r�s�t=f�[u�' L"-�' 7.��?�`T :S;�nlWiid �.'�t+=a, i'�_i2D� Gi�id!?Lai.�:`t'�s � Mv".l.�t?a3�' 4,#1W:t Ni^.4#F4�4i. ;L;tft*,�'s'�:EF 1 N ,r?�' G'#7'c,"�#r;�i7 h!a#Y �:�pk !� �.,T_ _M._ .e.y ,_....�.. � �.�. � _ _ __ .� s ._� . . . ... .,,.«,� .� _w....,, ��-,:�F m�J� � "��-_*%'�. �,._____m �....,._�..� � e�.�� ,.�__v ..�._..,....._.�. �i{:b :��Y C�' �� ��� �. ;'" Y' �- F � ��.�� � � �� � ��"� ='�� . sr ,�rL>=r r 1 :":�*._,., . .- !'uf��.`u ..� , ,.. t,vi?IEa7f z'r�!4i4�lt��.;' ,�-�t, Y i�-;.Cs���.�,iY�f"4']� ifr'i's'"'�f�'V,R3�i�1i'�. t._.'�s P„�a�i..:��t;'� : F,:� t a '� �' z � � f �' �a! (�'*�a �r �," �.,b r t � 3 3J ''� $ �� r7 SI �,,."'�' C3� ?�„�1 "�r+.�ix�ri �t��"t�,S�t� °_'��d"TM�,K �i`��A�ri ,�.�`. �Yt �..S.+c�� "..%� 4z �1 . . fi��� J�t� `''2`ix� �� }�*�4 � } � t�.y �� � �s�l r�'+�..:J\�r"{iv) � �;r� 4��+i,��.�f�, � f>Y.i{ �,-�"i`+�� ..I {-�t�,�� 9 � � il"?.+- E! 1% *� ;�'v�' r �i �.;e,�' .e.f` �� 0 � }. � f � t; � ~� � � �;��. � �. ,. � { : ': 1 / r � � �, �.� M f ,�t� / �.s' � � .a� }/ ; 3Edi 1 t J t'; -:�X`t �3Q 7 r'i �.�... _.._. _.._'�..__ v�r�.',',s��� �t.r s� ;�_���, � 4,�st:; :tvr-�.^� ;C'i#t __..._.� �..-:�.... �-.��..,.,. 3# Ci '.�,. � Y ��r�' 1 i,� 3 < a;� � 9 3-^a�tt:_, t PROVINE DRA.INAGE IMPROVEMENTS PARCEL No. 4PE CITY PROJECT No. 00703 1801 EDERVILLE ROAD S. LOT 9, BLOCK 4, AKERS & PAXTON SUBDIVISION EXHIBIT "A" Being a permanent drainage easement out of Lot 9, Block 4 of Akers & Paxton Subdivision, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 755, Page 181 of the Plat Records of Tarrant County, Texas, said Lot 9 being deeded to Donnette M. Moseley as recorded in County Clerk's File No. D201295233 of the Deed Records of Tarrant County, Texas, said permanent drainage easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped "ALS" found for the intersection of the west right-of-way line af Provine Street (a called 50,0' right-of-way) with the south line of said Lot 9; THENCE North 89 degrees 19 minutes 10 seconds West, with the south line of said Lot 9, a distance of 9.67 feet to a point for corner, from which a 1/2 inch iron rod found for the intersection of the easterly right-of-way line of Ederville Road (a variable width right-of-way) with the south line of said Lot 9 bears North 89 degrees 19 minutes 10 seconds West, a distance of 265.29 feet; THENCE North 04 degrees 48 minutes 07 seconds East, a distance of 97.31 feet to a point for corner in the north line of said Lot 9, from which a 1/2 inch iron rod found for the intersection of the easterly right-of-way line of said Ederville Road with the north line of said Lot 9 bears North 86 degrees 34 minutes 56 seconds West, a distance of 207.97; THENCE South 86 degrees 34 minutes 56 seconds East, with the north line of said Lot 9, a distance of 1.39 feet to a point for the intersection of the west right-of-way line of said Provine Street with the north line of said Lot 9; THENCE South 00 degrees 04 minutes 56 seconds East, with the west right-of-way line of said Provine Street, a distance of 97.00 feet to the POINT OF BEGINNING, and containing 536 square feet or 0.012 acres of land, more or less. (Exhibit "A") Page 1 of 2 GOKRONDONA & ASSOC., INC. 7524lACKNL+WL�LL BI.VD. S. FORT WORTH,'CGXAS 76118 Bl'11196-1424 PAX 817-496•1763 PROVINE DRAINAGE IMPROVEMENTS PARCEL No. 4PE CITY PROJECT No. 00703 1801 EDERVILLE ROAD S. LOT 9, BLOCK 4, AKERS & PAXTON SUBDIVISION Note: Basis of Beat7ng is referenced to the south line of Lot 9, Block 4, Akers & Paxton Subdivision, as shown on survey performed by Jeffery W. Herron R.P.L.S. No. 5379 (A.L.S. Land Surveying) dated November 19, 2001, with controlling monuments shown hereon. Surveyed on the ground May S, 2011. October 18, 2012 � F:.� �' �� %.�..�� � � �� � <� ��H . �u � 3��w Curtis Smith Registered Professional Land Surveyor Texas No. 5494 (Exhibit "A") Page 2 of 2 �� �' i �� `:� � ' ,; \ � f � � 1 � f h r: a � r a __. �� _ � : tJ� cur���is s�i�ri�-i � � ,� a �� + � r���� r s�� tl ;: t� � �� •, z \ � (f 5 !j ' ��`,, Y �. :�Elkt .��., GORRONDONA & ASSOC., INC. 7524 JACK NEWELL BLVD, S, fORT WORTH, TEXAS 76118 A17-496-1424 PAX 8t7-496-1768 D ETAI L "A" NOT TO SCALE ,%� � �1�. S 86'34'56"E 1,39' �'XHIBI ?' "B " PAR CEL N0. 4PE LOT 3 � `� ��^�� � �\ 0��,. pp �w �1, �"�1 �, �. Y q�� 00�'��'. F::;;:��;: / / � p�����e� `` ` �, F:;;�::;:>�� LOT 4 � .:. � [+' J,�� � ~ Q SEE DETAIL "A" Q"'� FND 1/2"IR ��3`� ` N 8G34'56iy 207.97' �" � •--�— O v�,���� ALOCK 4 AKERS & PAXTON SUBDIPISION ,J�.�° VOLUME 755, PAGE 181 ����, j P.R.T.C.T. � / 1Rl�MAlND1SR OF ��` LOT 9 / DONNEiTE M. MOSELEY PERMANENT DRAINAGE COUNT`f CLERK'S FlLE N0. D201295233 EASEMENT D.R.T.C.T. 538 SQ.FT. OR 0.012 AC. _ ` N B9'19'1DtiY 265.29' fND 1/2"IR � � "� � � / N 89' 19' 10"W 8.67' / ` LOT !0—A �l �� P.O.B. L` LOT f0-9 �D 1/2"IR W/ CAP —� r-10' U�PER PI.�A �MENT II ��) � ( � LOT 5 � I II� ^t � �� � �::� !:<, � �W (:: i [..� t� ;;:, i� ' a b �::< � � �;:;:::� a � I o z �;.� � W Q � '•:> � 3 �,;;; � � VJ � � ll.) � z� 0 � / G,f k�.t�� /� � STAMPED °ALS" O � ( � T� !* � h �5�t�1��Qo�y -- / -- __ �s � �, Q� � N 1�{�l��l'�04�(G� —.� 10' U11LIN EASEMENT A o�vrT 4 � (PER PIAT) y LDT 11—C � / � LOT if—D NOTEc BASIS OF BEARING IS REFERENCEO Ta THE SOUTH IJNE OF LOT 9, BLOCK 4 OF AKERS dc PAXfON SUB�iYISION, AS SNOWN ON SURVE`f 5� 25 O 50 PERFORMED BY JEFFERY W. HERRON R.P.L.S. N0. 6379 (A.L.S. LAND �—'— —� SURVEYING) DAT£D NOVEMBER 19, 2�01. WRN CONTROLLING MONUMENTS SHOWN HEREON. SURVEYED ON THE GROUND MAY 5, 2011. SCALE IN FEET � ,� � � i Ci ty o f Fo rt Wo rth 1000 THROCKMORTON 5TREET • FORT WORTH, IEXAS �6102 EXHIBIT SHOWING A PERMANENT DRAINAGE EASEMENT OUT OF LOT 9, SLOCK 4, AKERS & PAXTON SUBDIVISION �w ao�moN To nie CITY OF FORT WORTH, TARRANT COUNN, TEXAS AS RECORDED IN VOLUME 755, PAGE 181 PLAT RECORDS OF TARRANT COUNIY, TEXAS � �� „ ��� �+ �, �;,. �{ +`��s f . �:i x �, �� � �i'�;�. j � - �b'�'' `' <.5 � !'y:,� � �) �''; , ��F �� l .� , �; . t � ��"_ _ �°� << � �� �(����:. CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR 12 I EXHI8IT 8 PAGE 1 OF 1 I SCALE: t" = 50' Qe ASSOCIATES, INC, • 7524 JACK NEWELL BLVD. S. FORT WORTH, TEXAS 76118 • 817-496-1788 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTE[ PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTItUCT[ON SPECIF[CATION DOCUMENTS C[TY PROJGCT No. 00703 Revised Juty l, 2011 December 20, 2010 Mr. Matthew Abbe, P.E. AECOM 1200 Summit Avenue, Suite 600 Fort Worth, Texas 76102 Phone: (817) 698-6700 Fax; (817) 698-670� Email: matthewabbena,aecom.com Re: Geotechnicallnvestigation Provine Outfali Drainage Improvements Fort Worth, Texas Project No.: E10-1002 I Dear Mr. Abbe: A� � :R:. ' } A" s 4� Please find enclosed our report summarizing the results of the geotechnicai investigation performed at the above referenced project site. We trust the recommendations derived from this investigatian will provide you with the information necessary to complete your proposed project successfully. For your construction materials testing and related quality control requirements, it is recommended that the work be perFormed by Mas-Tek Engineering & Associates in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our geotechnical services. If we can be of further assistance, please do not hesitate to contact us. Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. � -t' �� � L �'� Michael D. Roland, P. E. Project Manager cc: Steven.Real(a�aecom.com MAS-TEK ENGINEERIN(3 8� ASSOCIATE5 TExAS R�GtSTERED ENGINEERINC3 FIRM F-1418 �.�... C' _.__ ��" .�-- � ��-�f.,.�. .,�� ���� Mark , Farrow, �P�;�� ���.��� Principai Engi �ee a'"�� �� � � � Fa � w. �6� �p 00 OBOPPtlOb66aO99qYROW4<ntlramv �' M,4�K �. FAR��� ��.a.,.>ae.......ve..,.s<o>. k».a �� ; 4���59 .:�. i� t�,�. �/GEN'���•'���i'� � , . �r� ��/U�At,�� � Geotechnical Consulting & Materials Testing 5 I 32 Sharp Street Dallas, Texas 75247 972 709-7384 TABLE OF CONTENTS PROVINE OUTFALL DRAINAGE IMPROVEMENTS FORT WORTH, TEXAS PAGE 1.0 INTRODUCTION --------------------------------------------------------------------------------------1 1.1 PROJECT DESCRIPTION ----------------------------------------------------------------1 1.2 PURPOSE AND SCOPE ------------------------------------------------------------------1 2.0 FIELD INVESTIGATION_____________________________________________________________e---__----____--1 3.0 LABORATORY TESTING ---------------------------------------------------------------------------2 4.0 SITE AND SUBSURFACE CONDITIONS-------------------------------------------------------2 4.1 GENERAL SITE CONDITIONS ----------------------------------------------------------2 4.2 SITE GEOLOGY-----------------------------------------------------------------------------3 4.3 SUBSURFACE CONDITIONS------------------------------------------------------------3 4.4 GROUNDWATER CONDITIONS-------------------�..-----------________________________3 5.0 WATER LINE CONSTRUCTION ------------------------------------------------------------------4 5.1 BORE CROSSINGS -------------------------------------------.._____-----------------------4 5.2 TRENCH EXCAVATIONS ------------------------�__-----------------___---------___------5 5.3 OPEN CUTS-------------�------------------------__________.__----------e---------___________5 5.4 TRENCH BRACING / BORE PIT SHORING-------------------------------------�____g 5.5 DEWATERING -------------------------------------------------------------------------------6 5.6 CONSTRUCTION CONSIDERATIONS----------------------------------------.._______6 6.0 EARTHWORK GUIDELINES---------------------------__________----------------------------------7 6.1 TRENCH BACKFILL----------------.._______---___�________------------__.._________---------7 6.2 FIELD SUPERVISION AND DENSITY TESTING -----------------------------------7 7.0 CORROSION CONSIDERATIONS ------------------------------W___________�____________,________g 8.0 LIMITATIONS ----------------------------------------------------------------------------------.._______g FIGURES PLANOF BORINGS -------------------.._______--------------_________-----------------------------------------1 LOGSOF BORINGS---------------------------------.--------___.__________..___------------------_-----2 and 3 LEGEND - KEY TO TERMS OF BORINGS & SYMBOLS --------------------------------------�_____q. SWELL TEST RESULTS--------- SULFATES TESTS____________________________________________________________ RECOMMENDED SLOPE RATIOS FOR OPEN TRENCH CUTS- ---------------------------------------�------------ 5 --------------------------- 6 ______________________..____ 7 mr��-� Gr� ��v��rvttraNv & H„UGIAI E5 E10-1002 GEOTECHNICAL. INVES7IGATION PROVINE OUTFALL DRAINAGE IMPROVEMENTS FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of outfail drainage improvements. A new 42 inch storm drain will be installed from Provine Street to Oakland Lake Park west of Ederville Road in Fort Worth, Texas. Discharge of storm water will occur within the Oakland Park Lake. Tunneling will be required between Provine Street and Ederville Road. The tunneling will be performed between and/or beneath existing residential structures. The invert depth will range from about 10' to 14'. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site; 2) evaluate the pertinent engineering properties of the subsurFace materials; 3) provide recommendations for open cut, shoring, and backfilling; and 4) address constructability issues related to horizontal boring and groundwater dewatering. This report was prepared in general accordance with our proposal number P09-0509E dated May 11, 2009. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling two (2) core borings along the proposed alignment. The core borings were advanced to depths of 25 feet below the existing ground surface. The boring locations were located at the approximate locations shown on the Plan of Borings (Figure 1). A truck mounted auger drill rig was used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samp(ers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. MAS-TEK ENGINEERING & ASSOCIATES E10-1002 PAGE 1 The limestone and shale encountered in the borings was cored to allow examination of the rock core for evaluation of the formation's hardness, uniformity, fracturing, weathering, and compressive strength characteristics. , The results of the boring program are presented on the Logs of Borings, Figures 2 and 3. A key to the descriptive terms and symbols used on the logs is presented on Figure 4, 3.0 �ABORATORY 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 dry unit weight determinations. Hand penetrometer tests were perFormed on the soil sarnples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. Unconfined compressive strength and unit weight tests were performed on soil and rock samples to provide indications of their bearing properties and hardness. The mohs hardness of the hard to very hard limestone layers range from about 6 to 7 based on visual examination by the project manager. To provide additional information about the swell characteristics of these soils at their in-situ moisture conditions, an absorption swell test was performed on a selected sample of the marly clay soils. The results of our testing program are presented on the Logs of Borings, Figures 2 and 3. The Swell Test Results are shown on Figure 5. Sulfates tests perFormed on the clay and marly clay soils are shown on Figure 6. 4.0 SITE AND SUBSURFACE CONDiTIONS 4.1 GENERAL SITE CONDITIONS The project consists of outfall drainage improvements. A new 42 inch storm drain will be installed from Provine Street to Oakland Lake Park west of Ederville Road in Fort Worth, Texas. Discharge of storm water will occur within the Oakland Park Lake. Tunneling will be required between Provine Street and Ederville Road. The tunneling will be performed between and/or beneath existing residential structures. The invert depth will range from about 10' to 14'. MAS-TEK ENGINEERING & ASSOCIATES E10-1002 PAGE 2 4.2 SITE GEOLOGY As shown on the Tarrant County sheet of fhe Geologic Atlas of Texas, the site is located near the contact of the undivided Pawpaw, Weno limestone, Denton Clay, Grayson Marl and Main Street Limestone Formations. The formation typically consists of hard to very hard limestone and mar! with interbedded layers of shale, Soi1s derived from this formation are typically plastic clays exhibiting a moderate to high shrink/swell potential with variations in moisture content, 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thicknesses, are presented on the Logs of Boring. 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. As indicated on the boring logs, fill soil was encountered to depths of about 3 to 4 feet at the boring locations. Deeper fill is obviously present within existing utility trenches in the vicinity. The existing fill encountered in the borings consists of sandy clay with varying amounts of gravel and rock fragments. The fill soil is underlain by layers of sandy clay, marly clay and highly fractured severely weathered limestone containing marly clay layers. Hard to very hard limestone strata were encountered below depths of 92 feet at Boring B1 and below depths of 8 feet at Boring B2. These deeper hard to very hard limestone layers are fractured to varying degrees. 4.4 GROUNDWATER CONDITIONS The borings were advanced using auger-drilling methods. Advancement of the borings using auger-drilling methods allows observation of the initial zones of seepage. No groundwater was encountered in the test borings during drilling at the time of this investigation. The bore holes were dry during delayed water level readings obtained one day after drilling. Although groundwater was not encountered in the test borings, shallow groundwater levels could occur after periods of heavy rainfall. Groundwater infiltration would occur in the form of seepage through the fractured limestone layers and jointed marly clay layers. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur MAS-TEK ENGINEERING & ASSOCIATES E10-1002 PAGE 3 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, rainfall, and water levels within nearby creeks, lakes and ponds. 5.0 WATER LINE CONSTRUCTION 5.1 BORE CROSSINGS Tunnelling is proposed between Provine Street and Ederville Road. See Section 1.1 for alignment description. It is understood that the approximate invert depths for the tunnel section will range from about 11 to 14 feet below the existing ground surface. As indicated on the Boring Logs, soil and rock conditions will vary along the proposed bore length. Subsurface conditions will vary from severely weathered, highly fractured tan limestone and jointed marly clay to hard to very hard limestone. No groundwater was encountered in the test borings during drilling. Although groundwater was not encountered in the borings at the time of this investigation, shaltow groundwater levels could occur after periods of heavy rainfall. See Section 4,4. Based on the variable soil and rock conditions along the proposed bore crossing, mixed face conditions ranging from hard to very hard rock to severely weathered, highly fractured, limestone and jointed marly ciay will be encountered along the horizontal bores. These stratified conditions must be considered in evaluating means and methods of accomplishing horizontal bore excavations. Note: Due to the conditions described above, noticeable ground subsidence (settlement) should be anticipated within a zone extending upward along a 1.5 (h):1(v) slope from both edges of the tunnel. Any settlement beyond this zone should be minor. The magnitude of settlement would depend upon the contractors means and methods used during construction. Any foundations or structures within this zone will be subject to settlement. Appropriate measures such as underpinning should be taken prior to tunneling to protect existing structures. Any flaiwork within this zone may require repair or repiacement if excessive settlement occurs during or after construction. Constructipn documents should indicate that the contractor is responsible to take all necessary precautions to protect existing structures (including existing pavements, foundations, utility lines and residentiai irrigation lines) and that the contractor is responsible for repair of any damage caused by excavation and construction activities. Prior to construction, a pre-construction property survey should be perFormed to MAS-TEK ENGINEERING & ASSOCIATES E10-1002 PAGE 4 document the existing condition of all existing structures and features near the alignment. If it is desired to minimize settlements caused by tunnelling, the drain line should be deepened to allow at least 1.5D of hard relatively unfractured gray unweathered limestone cover above the top of the tunnel. 5.2 7RENCH EXCAVATIONS it is understood that open cut trench excavations will be pertormed along Ederville Road and within Oakland Lake Park. It is understood tnat trench depths will typically be on the order of 10 to 15 feet below the exisfing ground surface. As indicated on the Boring l.ogs, soil and rock conditions will vary considerably at the invert depths. Subsurface conditions will range from hard to very hard fractured limestone, highly fractured severely weathered limestone, stiff to hard jointed sandy clay, jointed marly clay and fill soil. The clay soils are typically jointed and fissured. For trench excavations to anv depth at this site in unstable soil or unstable rock (sand, gravei, fill soil, severely weafhered to weathered limestone), it will be necessary to employ either sloped excavations or temporary bracing. For trench excavations to any depths at this site, it wiil be necessary to employ either sloped excavations or temporary bracing, regardiess of the soil conditions encountered, General guidelines for the design of these two alternatives are discussed in the following sections. 5.3 OPEN CUTS Recommended slope ratios for the respective soil conditions are presented graphically on Figure 7. Trench excavations to any depth at this site in unstable soil conditions should be cut back as described above. It should be recognized that free standing slopes will be less stable when influenced by groundwater or saturated by rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than two feet from the crest of the slope, or in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet frorn the edge of the crest. Excavation may encounter non-compact fill soils placed during previous construction of underground utilities or groundwater seepage. If encountered, these soils should be sheeted, MAS-TEK ENGINEERING & ASSOCIATES E10-1002 PAGE 5 shored, and braced, or laid back on slopes no steeper than 1.5 (H): 1(V). The contractor will need to take measures to avoid undermining and damaging the existing underground utilities. 5.4 TRENCH BRACING / BORE PIT SHORING Where site limitations require excavations to have vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of trench bracing may be determined as presented on Figure 8. It should be recognized that pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads at trench side walls, dynamic loads, and vibration, which if present, must be included in bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used. 5.5 DEWATERING No groundwater was encountered in the test borings during drilling and the bore holes were dry during delayed water level readings obtained one day after drilling. Although groundwater was not encountered in the test borings, groundwater levels could be encountered at relatively shallow depths in some areas after periods of heavy rain. See Section 4.4. In areas where groundwater is encountered, a system of ditches, sumps, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail-water flow through previous backfilled sections. 5.6 CONSTRUCTION CONSIDERA710NS The following guidelines are presented to aid in the development of the excavation plans: � SurFace areas behind the crest of the excavations should be graded so that surFace water does not pond within 15 feet of the crest, nor drain into the excavation. • Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements. Similarly, heavy construction equipment should not pass over or be parked within 5 feet of the crest. • The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. MAS-TEK ENGINEERING & ASSOCIATES E10-1002 PAGE 6 6.0 EARTHWORK GUIDELINES 6.1 TRENCH BACKFILL The excavated soils can be used for trench backfill. Use of rock fragments greater than six (6) inches in any dimension should be prohibited, since attaining uniform moisture and density without voids would be difficult. The backfill should be placed in thin compacted lifts as specified below. The fill materials should be free of surficial vegetation or debris. Clay and silty clay fill soiis having a PI greater than 25 should be placed in 8 inch horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as determined by ASTM D-698 test mefhod. The clay and sandy clay should be compacted at optimum to +4% above the optimum moisture confent, Silty clay and calcareous clay fill soils having a PI of less than 25 should be placed in 8 inch horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as determined by ASTM D-698 test method. These lower PI soils should be compacted at -2% to +2% of optimum moisture. The on-site limestone may be used as utility trench backfill. Broken limestone should be adequately crushed to where individual rock fragments have a diameter of less than 6 inches. The crushed limestone should be placed in 8 inch horizontal loose lifts and compacted to at least a minimum of 95 percent of the maximum dry density as determined by ASTM D-698 test method at -2% to +2% of optimum moisture. The limestone materials should be crushed using a compactor of sufficient size and weight to crush the rock. For fill depths below 15 feet and 25 feet depths respectively, the compaction level should be increased to 98% and 100% ASTM D698, respectively, where it is desired to reduce post- construction settlements. 6.2 FIELD SUPERVISION AND DENSITY TESTING Fieid density and moisture content determinations should be made on each lift of fill with a minimum of one test per lift per 150 linear feet of trench backfill. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that site preparation, concrete placement, and fill compaction MAS-TEK ENGINEERING & ASSOCIATES E10-1002 PAGE 7 be monitored by a qualified engineering technician, Density tests should be performed to verify compaction and moisture content of any earthwork. Mas-Tek Engineering employs a group of experienced, well trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 7.0 CORROSION CONSIDERATIONS Based on the results of sulfates testing, sulfates levels of the on-site soils are less than 5,000 ppm. Appropriate measures should be taken during design of the concrete mix design for buried concrete per ACI. 8.0 �IMITATIONS 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 possibilify always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, type and cost of the project, If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering should be notified to review the efFects on the proposed construction. The recommendations given in this report were prepared exclusively for the use of the Client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days after the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. �vir�a-� c►� GIVVItVCGKIfVC� (k A:IJVGIATES E10-'���2 PAGE 8 � MAS-TEK ENGINEERING & ASSOCIATES E10-1002 l 'f 1 '`yl'H � , � � _ \� � � .. .' " M ... _ 'i ` ��-'��� ��i ``-� :�� ��7. ,,�,y a�o _ �- .,�s:�" - � ����:�� � � ;;I 1< ��� , i � �. I ' �� ( o .� � � U - � !,f� ., .. � � � . � <�.� 1S �NI�O�id �' , .._:\ c� �..:. A� _ a � , . - . . -:..j, x... ri , I ..._...�., ' � � I i'��' ' � � �« , � i .i'; ' � `. �� � i ,„ � � ' ,;,, ;� � ' — _ . ;�� ,� I . �. � I� I I � � �`. III��I � � W W F- W F � a Z pw � LL �� � � ?_ � � LL � 02 �2 f> q n h r tu �w i � � � 0 2 LLI j Ill �� rr ^x �� d 0 1 I C1 7 � ` � ' .I� l Y��1 C i � i� � S V � 3 �� .._ii r .. � i._ o Q i'� r� Y i � �<<��� lu �� +I� O ..:I�_�..I � � � � a� ' " � ;:�, ! ,, �. ii ;;��— � �.�� �,, I � i� ' � 1' I� " � � _ . � i �� . ,� � � �,�, ..� „ _ �� u ,. ;, . ,;, ;r. ,. �� ��� , �, : � c-� � � \� ' �,I� , ' � � � .� ; � I I w'f _ o I'� _ i� ( � — �� .�� i �1, ' � _ p, � m �- � ,... �_ .., � ,_� ;_ _ ��� � � � . � � _, , � ,. ; � � � .. _ � u � ��_. ;- � , �. � �� � � ; � ��T ,� � Pro��cx wa: E10-1002 ��'�� �� ������� PROVINE OUTF�4LL - FT. WORTH, TEXAS FIG`=RE N a 1 � � � � � i � LOG OF BORING B-1A ' Project: Provine Outfall - Ft. Worth, Texas Project No.: E10-1002 Date: 12/07/2010 Elev.c Location: See Figure 1 � Depth to water at completion of boring: pry '' Depth to water when checked: end of day was: Dry (after 24 hrs - Dry) Depth to caving when checked: was: � ' ELEUA710N1 SOIL SYM80LS ' DEPlH SAMPLER SYMBOLS DESCRIPTION MC LL PL p� -290 pD P.I'EN UhlCON Slraln (oot & FIELD TEST D�TA �o % % � G�� tsl ksi ?o .., �,. .,� . ......__.....__.___ .. .__. ._..._._—____...._ _.__._.,.._._ ._. __ _ _. _ _ ._ ._ _. ,.... _ _ ._ _ _.... _.._ ... _ .— _._ .._ ..._ ._. ° ' t°r�:r 6" CONCRETE over 6° �ime-Treated BASE � �� q . .--- .__,___----- _._—. __---- ---._-- ---��-----._..._____.__ � . _.. .......' 7 _ _.. ._. _ _ ... _ .._. ._.. - - -- -- 3.0 ..... __ __ _- -- -- ''� �:? Reddish brown clayey SAND wl trace of fine , �\'�;� gravel , iron deposits & stains (Possible FILL) 17 �2 �5*� ,.. ; ���;�_ - -- _ --- ---_ _._.___ __ _ _ � Redd�sh brown sandy CLAY w/ iron deposits & 15 �� �s a6 a.s�� - �� stams & trace of gravel a.e�+ `- 5 � � � - — -.� __ _.— � __ - - __— _ --- - - - _ _ _ ._ ,.. - - - - - - .. _ - �- - �t�� Tan severely weathered LIMESTQNE w/ marly clay a.5i' �Fr��,��� layers, highly fractured = {,�1���r.,`� a e++ �� ��'i £�)��� -18" marly clay layer at 9' +� 33 +� ,s „� � s+a s.0 a.3 �- iU (yy,'-� ��j �3_ lf�T f� ��h� � ����s ���� -hard limestone layers below 13' ��:� a s++ - i S - _ . _-- __ _�,.. __ -------_ _ _ _,. _---- _ _._ _ _.__ _ _ _ - - - - - — - _ , d ._ _ - — — - _ _ _ �� Hard light gray LIMESTONE w! shale seams & 5 +�� 539.7 ; e �zi'r�,i' occasional low angle fractures j'rTl'=i7 97% REC "6" fractured zone w/ iron stained fractures ��;,� a�r, RQD at 16' jsi�r�� � 20 �p��r � �1i���i -6" fractured zone at 20' � � ''�',4 � �ooi �ec o t-0s ai�.a 2_a ��iiis� sa� Rao 25 su ss Boring terminated at 25' Notes: FIGURE:2 MTE, INC. I I LOG OF BORING B-2 Project; Provine Outfail - Ft. Worth, Texas Project No,: E10-1002 ( Date: 12/0712010 Elev.; Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day was: Dry (after 24 hrs - Dry) I Depth to caving when checked: was: EVATION/ SOII. SYMBOIS � DEPTH SAMPLERSYMBOLS DESCRIPTION MC LL PL P� -200 DD P.PEN UNCON Strain (feet) & FIELD TES7 DATA % % % % pc( tsf kst % I Q ��\' :l - -- _ _---- 5 ,o 1 Fi zi� JJ 30 JS Notes: __Light brown sandy CLAY w/ gravel (FILL) __ Brown clayey SAND & sandy CLAY w/ limestone fragments (FILL) — _..---- — ...----- ....._._.... Tan & light gray marly CLAY, jointed ___ _........_ _...----- -----__------ _._�._..------- Tan severely weathered LIMESTONE w/ marly clay layers, highly fractured . __-- __ ---_ _ - — Hard tan weathered LIMESTONE w/ very hard gray limestone seams, fractured _— _ ._ _. __ Hard light gray LIMESTONE w/ shale seams & occasional low angle fractures -6" fracture zone at 10' +00% REC 90% RQD t00;b REC 30% RQD -6" fractured zone at 19' _ _. _. ___— Moderately hard gray shale w/ very hard limestone layers �zr aec -low angle fractures at 20.5' and 21.5' a� i rzcao Boring terminated at 25' MTE, INC _ , . _ _ _ _ . ;i.s++ � 12 4Fi A.5r+ t-0 59 22 37 4.5+ � .... ._ ._ _ .. - -_ .__ . ... __ .. . �� 2.a _ _ � 23 60 23 37 100 2.5 2.9 5.� ---- — _ A3 � _ __— __ � 6 142 1340 2.9 i7 5 150 5,IZ3 1,7 ..I..15 ( ....I . ..I I �- � �I 121 I _ ... I 23.5.._..I . Z.q FIGURE:3 Symbol Description Strata symbols � .:�.•v.:� Concrete p,'�a�.v..n •:�:.o;�;l Pavement � �� `�'rG:il � S�i� � clayey �;.) CLAY, � sandy �� �� � %'� LIMESTONE, ;� �i�� severEly � _ri � weathered ��� ��� Limestone i �:'���,:� G.L,t,��7 � `� .-. CLAY & . .. . � . ... ... . SAND ... ..... I.=_:' .,_. CLAY, � shaley ��il�< LIMESTONE, ����t3 weathered �, �li : u<; �, ,,. i — — - SHALE 1 Notes : KEY TO LOG TERMS & SYMBOLS Symbol Description Soil Samplers � Auger Thin Wall Shelby Tube I Rock t- . Core 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content (�) PL = plastic limit (�) Uncon.= unconEined compression (tsfj PI = plasticity index P.Pen.= hand penetrometer (tsf) -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. nnrF iNc� �IGURE:41 RECOMMENDED SLOPE RATIOS SOIL / ROCK _ -- Sand, gravel, clayey sand, sandy clay, fill materials, gravelly sand, and/or soft clay soils (hand penetrometer of 0.5 to 0.9 tsf) Submerged soils, and/or fractured rock (jointed shaie and/or fractured limestone) from which water is seeping '` Stiff to hard marly clay, severely weathered to weathered limestone, fractured gray limestone, and dark gray to gray shale above existing groundwater levei Short TeRn (under e hours H V 1-Y2 1 1-1/2 1 1 I 1 II 1 I 1 II 0 �ver 8 hours � Cu H V Zf 2 1 0 2 1 0 c� �; «,,;.,� ; `�,,. * In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, fissured clay soils, or fractured rock (jointed weathered clay-shale, tan fractured weathered limestone, or fractured gray limestone) from which groundwater is seeping, *k Maximum bedding cut for trench excavations less than 12 feet deep in dry soil and weathered rock which are open less than 8 hours. NOTE: Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain, Recommended slope ratios are designed for safety only of temporary excavations and are not designed to prevent limited sloughing during construction. � , ., � , LATERAL EARTH PHESSURES FOR INTERNALLY BRACED EXCAVATIONS (For excavations terminating in shale or limestone) ,..__ __ _, � � Excavatic Bottoi �._.___._� �f7- kc�N WHERE: sh = Lateral Earth Pressure, psf. g= Saturated Unit Weight of Soil; Use 130 pcf for Clay Use 140 pcf for Shale or Limestone H = Height of Excavation (ft.) k = Earth Pressure Coefficient, Use 0,30 for Clay, Shale and Limestone NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads, if present, must also be considered. (A) Increased pressure wedge for excavations terminating in fill or in overburden soii above the limestone formation. � � ,�` ��s-"a'�sc �ngBn��Nrr� � �s�ciatos, 6rac. � � �. �K �� � x� ���.. /�� �7 ; � �� September 27, 2012 Mr. Nick Batker, P.E. AECOM 1200 Summit Avenue, Suite 600 Fort Worth, Texas 76102 Phone: (817) 698-6700 Fax: (817) 698-6701 Email; nick.batkPr(�aecom.com Re: Geotechnical investigation Provine Outfall Drainage Improvements Fort Worth, Texas Project No.: E12-0902 Dear Mr. Batker: ° GEOTECHNICAI ENGINEERING • ENVIRONMENTAL CONSU�TING ° CONSTRUCTION MATERIALS ENGINEERING AND TESTING Please find enclosed our report summarizing the resuits of the geotechnical investigation performed at the above referenced project site. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your construction materials testing and related quality control requirements, it is recommended that the work be performed by Mas-Tek Engineering & Associates in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our geotechnical services. If we can be of further assistance, please do not hesitate to contact us. Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. � r-�� ��� � �'� � � ��, ��� � � �� � � �� �� � Michael D. Roland, P.E. Project Manager d4LLt�tdCE GEOTECH�lICAL GROUP TEXAS P,EGISTERED ENGlNEERfNG FIRAA F-1970 �:,���r_t� 3228 Halifax Street ,� �1� � ( �,� �� r� � �''��,� _�; � � .� �. � ��_�� M�rk J�F�rraw, P.�. Principal Engineer ������ � `��;m� � ���. r�� � '�° '«� � a� ����0 0��� ��� � . �«� �� ��em��� ���9�.d��.;�.�u� ��e�������.��'��'F�C�� g..� �� �r ��� W � f � �.�'�°p���� N ��� ' '��'� Dallas, Texas 75247 �� ������A�������' Te1:972-444-8889 • Far:972-444•8893 e www.aggengr.com TABLE OF CON7ENTS PROVINE OUTFALL DRAINAGE IMPROVEMENTS FORT WORTH, TEXAS 1. 0 I NT RO DU CT I O N-------------------------------------------------------- 1.1 PROJECT DESCRIPTION ---- --------------------------- 1.2 PURPOSE AND SCOPE------------------------------------ 2.0 FIELD INVESTIGATION ---------------------------------------------- 3.0 LABORA70RY TESTING----------------------------------------..---- 4.0 SITE AND SUBSURFACE CONDITIONS ------------------------ 4.1 GENERAL SITE CONDITIONS---------------------------- 4.2 SITE GEOLOGY-----------------------..____________-_--------- 4.3 SUBSURFACE CONDITIONS ----------------------------- 4.4 GROUNDWATER CONDITfONS------------------------- 5.0 UTILITY LINE CONSTRUCTION ----------------------------------- 5.1 TRENCH EXCAVATIONS___________________________________ 5.2 OPEN CUTS---------------------------------------------------- 5.3 TRENCH BRACING / BORE PIT SHORING ----------- 5.4 PROTECTION OF EXISTING STRUCTURES --- 5.5 DEWATERING------------------------------------------------- 5.6 CONSTRUCTION CONSIDERATIONS------------------ G.0 EA RT H W O R K G U I D E L I N ES ----------------------------------------- 6.1 TRENCH BACKFILL----------------------------------------- 6.2 FIELD SUPERVISION AND DENSITY TESTING ----- 7.0 LIMITATIONS---------------------------------------------------------- PAGE ____.._______.._________________ 1 ------------------------------ 1 ------------------------------ 1 ------------------------------ 1 __....-------------------------- 2 ------------------------------ 2 _.----------------------------- 2 ------------------------------ 2 _____________.._-------___....__- 3 ------------------------------ 3 _______�---------------------- 4 ------------------------------ 4 ------------------------------ 4 ------------------------------ 5 ------------------------------ 5 ------------------------------ 6 _____________.._______------___ 7 ------------------------------ 7 -----------------�------------- 7 ------------------------------ 8 ________________�____________- 8 MAS-TEK ENGINEERING & ASSOCIATES E12-0902 F I ll PLANOF BORINGS------------------------------------------------------------------------------------------- 1 LOGSOF BORINGS______________________________________________________...___.._______-----------------2 and 3 LEGEND - KEY TO 7ERMS OF 80RWGS & SYMBOLS _________________________..____________b_____ q SIEVEANALYSES ---------------------------------�------_..____�ed____e.__�..��_�------------------------------ 5 RECOMMENDED SLOPE RATIOS FOR OPEN TRENCH CUTS---------------------------------- 6 DESIGN OF TRENCH BRACING — LATERAL EAR7H PRESSURE ------------------------------ 7 APPENDIX — CORE BORINGS FROM PREVIOUS INVESTIGATION MAS�TEK ENGINEERIRIG & ASSOCI,�TES E12m0�02 � GEOTECHNICAL INVESTIGATION PROVINE OUTFALL DRAINAGE IMPROVEMENTS FORT WORTH, TEXAS 1.0 INTI�ODUCTION 1.1 PROJECT DESCRIPTION The project consists of outfail drainage improvements. A new 42 inch storm drain will be installed from Provine Street to Oakland Lake Park west of Ederville Road in Fort Worth, Texas. Discharge of storm water will occur within the Oakland Park l.ake. Open cut construction is planned in between existing residences. The invert depth will range from about 12' to 15'. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site; 2) evaluate the pertinent engineering properties of the subsurface materials; 3) provide recommendations for open cut, shoring, and backfilling; and 4) address constructability issues related to horizontal boring and groundwater dewatering. This report was prepared in general accordance with our proposal number P12-0603E-R1 dated July 30, 2012. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling two (2) borings along the proposed alignment. The borings were advanced to depths of 20 feet below the existing ground surface. The boring locations were located at the approximate locations shown on the Plan of Borings (Figure 1). A truck mounted auger drill rig was used to advance these borings and to obtain samples for laboratory evaluation. Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These sarnples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. Rock hardness was evaluated by cone penetration tests. These results are shown on the boring logs. MAS-TEK ENGINEERING & ASSOCIATES E 12-0902 PAGE 1 The results of the boring program are presented on the Logs of Borings, Figures 2 and 3. A key to the descriptive terms and symbols used on the logs is presented on Figure 4. The results of two previous bore borings drilled along an original tunnel alignment located approximately 150 feet to the south are included in the Appendix to this report. 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 �imits tests, moisfure content tests, and dry unit weight determinations. Hand penetrometer tests were performed on the soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. To provide additional information about the gradation characteristics of these soils, sieve analyses were performed. The results of our testing program are presented on the Logs of Borings, Figures 2 and 3. The results of the sieve analyses are shown on Figure 5. 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS The project consists of outfall drainage improvements. A new 42 inch storm drain will be installed from Provine Street to C3akland Lake Park west of Ederville Road in Fort Worth, Texas. Discharge of storm water will occur within the Oakland Park Lake. Open cut construction is planned in between existing residential structures. The invert depth will range from about 12' to 15'. 4.2 SITE GEOLOGY As shown on the Tarrant County sheet of the Geologic Atlas of Texas, the site is located near the contact of the undivided Pawpaw, Weno limestone, Denton Clay, Grayson Marl and Main Street Limestone Formations. The formation typically consists of hard to very hard limestone and marl with interbedded layers of shale. Soils derived from this formation are typically piastic clays exhibiting a moderate to high shrink/swell potential with variations in moisture content. MAS-TEK EIVGINEERING � ASSOCIATES E12-0902 � PA�E 2 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thicknesses, are presented on the Logs of Boring. 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. As indicated on the boring logs, fill soil was encountered to depths of about 1 foot at Boring B- 3. Deeper fill is obviously present within existing utility trenches in the vicinity. The existing fill encountered at Boring B-3 consists of clay with numerous fragments. The fill soil is underlain by layers of clay and silty sandy clay with numerous limestone fragments and severely weathered/extremely fractured limestone to depths of about 5.0 to 7.5 feet at the boring locations. The upper layer of severely weathered limestone is underlain by deeper hard to very hard limestone strata. These deeper hard to very hard limestone layers are weathered and fractured to varying degrees to depths of 16 feet. Very hard gray unweathered limestone is present below depths of 16 feet. 4.4 GROUNDWATER CONDITIONS The borings were advanced using auger-drilling methods. Advancement of the borings using auger-drilling methods allows observation of the initial zones of seepage, No groundwater was encountered in the test borings during drilling at the time of this investigation. The bore holes were dry during delayed water level readings obtained after drilling. Although groundwater was not encountered in the test borings, shaliow groundwater levels could occur after periods of heavy rainfall. Groundwater infiltration would occur in the form of seepage through the fractured limestone layers and jointed marly clay layers. It is not possibie to accuratefy 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, rainfall, and water levels within nearby creeks, lakes and ponds. MAS-TEK ENGINEERING & ASSOCIATES E12-0902 PAGE 3 5.0 UTILITY LINE CONS7RUCTION 5.1 TRENCH EXCAVATIONS The project consists of outfall drainage improvements. A new 42 inch storm drain will be installed from Provine Street to Oakland Lake Park west of Ederville Road in Fort Worth, Texas, Discharge of storm water will occur within the Oakland Park Lake. Open cut construction is planned in between existing residences. The invert depth will range from about 12' to 15'. As indicated on the Boring Logs, surFicial soil conditions vary from fill soil to clay and silty sandy clay containing numerous limestone fragments. Rock conditions vary from extremely fractured tan severely weathered limestone, to fractured tan weathered limestone. Gray unweathered limestone was encountered below depths of 16 feet. The upper 16 feet of soil and weathered limestone are considered to be unstable soil and rock conditions with respect to trench excavations as defined by OSHA. For trench excavations to anv depth at this site in the unstable soil and rock conditions described abave, it will be necessary to empioy either sloped excavaiions or temporary bracing. For trench excavations to any depths at this site, it will be necessary to employ either sloped excavations or temporary bracing, regardless of the soil and rock conditions encountered. General guidelines for the design of these two alternatives are discussed in the following sections. 5.2 OPEN CUTS Recommended slope ratios for the respective soil conditions are presented graphically on Figure 6. Trench excavations to any depth at this site in unstab.le soil conditions should be cut back as described above. It should be recognized that free standing slopes will be less stable when influenced by groundwater or saturated by rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than two feet from the crest of the slope, or in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. MAS-TEK ENCINEERlNG & ASSOCIATES ��2�0902 � P,4�� 4 � Excavation may encounter non-compact fill soils placed during previous construction of underground utilities or groundwater seepage. If encountered, these soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 1.5 (H): 1(V). The contractor will need to take measures to avoid undermining and damaging the existing underground utilities. Note: Sloped trench excavations with slope'ratios described on Figure 6 could be subject to some sloughing. These temporary slope ratios are intended to protect workers in a trench from a massive collapse. Some sloughing is still possible that could impact existing features if adequate shoring is not installed. See Section 6.4. 5.3 TRENCH BRACING I BORE PIT SHORING Where site limitations require excavations to have vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of trench bracing may be determined as presented on Figure 7. It should be recognized that pressures are not included from hydrostatic pressures, surcharge loads, or traffic live Ioads at trench side walls, dynamic loads, and vibration, which if present, must be included in bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used. Note: Braced excavations will be subject to some lateral movement. The purpose of typical shoring is to protect workers within trench excavations in the event of a sudden coliapse of the excavation sidewalls. See Section 5.4. 5.4 PROTECTION OF EXISTING STRUC7URES Due to the depth of the proposed excavation and the presence of unstable soil and rock conditions described above within the upper 16 feet, measures must be taken to protect all existing features (residences, driveways, sidewalks, irrigation lines, and existing utility lines). Even if hydraulic struts and shoring are used, sloughing of veriical sidewalis could occur prior to installation of the shoring and securing the hydraulic struts. Even though the weathered limestone is hard to very hard, it is also fractured to varying degrees. Depending upon the orientation of fractures, large rock wedges can suddenly collapse without warning into vertical trench excavations. Where sloughing of the excavation sidewall wouid disturb or damage existing features, reinforced shotcrete in combination with tie back anchors, soil nails, and/or rock boits should be used to stabilize the excavation. Structures sensitive to MAS-TEK ENGINEERING & ASSOCIATES .,�•� movement could be underpinned with straight shaft piers socketed into the very hard gray limestone encountered at depths of 16 feet. Note 1: The weathered limestone is fractured to varying degrees. In order to minimize impacts and damage to existing features caused by vibration or rock wedge slides beneath existing features, the limestone should be perforated (pre-drilled) along the edges of the excavation that are close to any feature that must be protected. The perforations should extend to the bottom of the proposed trench. Note 2: The construction documents should require the contractor to take all necessary measures to protect all existing features and that any damaged must be repaired and/or replaced by the contractor at no cost to the city. A pre-construction condition survey with photographs should be performed prior to excavation to document the existing condition of resiciences, pavements, etc. This should help to protect the city from frivolous claims and would also help to document any actual damage that did occur that the contractor would be responsible to repair. Note 3: In areas where settlements must be minimized, backfill should consist of a suitable flowable fill to within 18 inches of the final grade. A suitable geotextile should be placed above the pipe bedding stone prior to placement of the flowable fill. After the flowable fiil has achieved adequate strength, the upper 18 inches of backfill may be placed in compacted lifts. The upper 18 inches of backfill may consist of on-site soil compacted in lifts per this report. 5.5 DEWATERING No groundwater was encountered in the test borings during drilling and the bore holes were dry during delayed water level readings obtained one day after drilling. Although groundwater was not encountered in the test borings, groundwater levels could be encountered at relatively shallow depths in some areas after periods of heavy rain. See Section 4.4. In areas where groundwater is encountered, a system of ditches, sumps, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail-water flow through previous backfilled sections. MAS-TEK ENGINEERING & ASSOCIATES E12-0902 �AGE 6 =j �: 5.6 CONSTRUCTION CONSIDERATIONS The following guidelines are presented to aid in the development of the excavation plans: Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements. Similarly, heavy construction equipment should not pass over or be parked within 5 feet of the crest. 1"he crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. 6.0 EARTHWORK GUtDELINES 6.1 TRENCH BACKFIL.� The excavated soils can be used for trench backfill. Use of rock fragments greater than six (6) inches in any dimension should be prohibited, since attaining uniform moisture and density without voids would be difficult. The backfill should be placed in thin compacted lifts as specified below. The fill materials should be free of surficial vegetation or debris. Clay and silty clay fill soils having a PI greater than 25 should be placed in 8 inch horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as determined by ASTM D-698 test method. The clay and sandy clay should be compacted at optimum to +4% above the optimum moisture content. Siity clay and calcareous clay fill soils having a PI of less than 25 should be placed in 8 inch horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as determined by ASTM D-698 test method. These lower PI soils should be compacted at -2% to +2% of optimum moisture. The on-site limestone may be used as utility trench backfill. Broken limestone should be adequately crushed to where individual rock fragments have a diameter of less than 6 inches. The crushed limestone should be placed in 8 inch horizontal loose lifts and compacted to at least a minimum of 95 percent of the maximum dry density as determined by ASTM D-698 MAS-TEK ENGINEERING & ASSOCIATES E12-0902 PAGE 7 test method at -2% to +2% of optimum moisture. The limestone materials should be crushed using a compactor of sufficient size and weight to crush the rock. For fiil depths below 15 feet and 25 feet depths respectively, the compaction level should be increased to 98% and 100°/o ASTM D698, respectively, where it is desired to reduce post- construction settlements. 1 6.2 FIELD SUPERVISION AND DENSITY TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of one test per lift per 150 linear feet of trench backfill. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that site preparation, concrete placement, and fill compaction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Mas-Tek Engineering employs a group of experienced, well trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 7.0 LIMITATIONS The professional services which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, type and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering should be notified to review the effects on the proposed construction. The recommendations given in this report were prepared exclusively for the use of the Client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. MAS-TEK ENGINEERING & ASSOCIATES E12-0902 I'�GE 8 � We wili retain the samples acquired for this project for a period of 30 days after 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 ..+i�. � � � �` �� . � ��� �� �� �� � �r M,4S�TEK ENGIiVEERING & ASSOCIATES �12g0902 Yrr�� „�� ,Vn�cf� ��r�tral Tc.�:�s �OLiflfl� 0� C:�L�9�_^Pr@(1'ICf1C'i DISCLAIMER This deta has been compiled for � NCTCOG. � � � Various oHiclai and unofflcial sources were used to �alher lhls i DF��/�r`��}S.COCiI in(ormallon.Evaryof(ortwasma�e ' lo ensure lhe accuracy of �his � dala, howevor, no quarantc�o is givon or implled as to lho acctuacy � of s�id d:�ta �� ; �j � LOG OF BORING B-3 Project: Provine Storm Drain - Ft. Worth, Texas Project No.: E12-0902 � Date: 09/19/2012 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of the day was: Dry Depth to caving when checked: was: ELEVATIONI SOII SYMBOLS � ,200 DD P.PEIJ UNCON Slraln � DEPTH snMP�eRsvro�eo�s �DESCRIRTION MC LL PL feel & PIELD TEST DATA `� � � P� % pCf Isf ksf I ra r� _�� _ _..---- _ _- -s � : 4. ��`��; a��fl�'� � L� `"f" , 5a2�� .�,r,.�{t. ... _ 50/L25^ f;i'� .� �%r r � 'Jr�� .. �p ��t�:��1-�.. 50/1.5" ���.-� � 50I0.5" 1 - � '���c � ��� fi�'f�_ ��� � 50/0.25" _ 15 �t� .il.�:.- 50/0" 20 25 30 �5 NOt25 50/025" 50/0" Brown CLAY w/ numerous limestone fragments �' S� ,iFILL.} `_ __--_ ---as+. - _ � - --__ Reddish brown & brown silty sandy CLAY ,� 5a z� ss sz a.s+. _---- _____ _ _._ _------ --- _ _ _ -- Brown CLAY w/ calcareous nodules a s++ i8 60 23 37 B7 4.5+� I -- ___. ___. _....._.__ _..... ..___-- .... -- — . _. _. . _ __ Tan sil�sandy CLAY w( numerous limestone fragments ,o — — .--- _- _ _ _ - — - _ . Tan severelv weathered LIMESTONE, extremely fractured �.5.� � I .- --__ _ _ — - ----- ,- .. Hard to very hard tan weathered LIMESTONE w/ tan clay seams, fractured I � .__.... ..,.._ _......_ ._.. ._. _------._ . . _ . .. . . . _ _- � Very hard gray LIMESTONE __ _. _ __ _ --- _ _ � Boring terminated at 20' � � � � � � g',, � �I(�l��E:l � M7E, INC, LOG OF BORiNG B-4 Project: Provine Storm Drain - Ft. Worth, Texas Date: 09/19i2012 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of the day was: Dry Depth to caving when checked; was: �, �' EIEVATIOhU SOIL SVMBOIS Project No.: E12-0902 DEP7H SAPdPLERSYMBOLS DESCRIPTION P�1C LL Pl P� �2U0 DD P.PEN UPJCON Slraln teel & FIELD TEST DATA �� %� % % pcf �sf ksf % � ---- .... ._- _- -- -- ° ��� �� Brown & light brown si� sand_�G�AY w/ numerous 4��+ ' limestone fragments 5 33 ,� �s as++ I �. . Y _ ___ __ ____ _— _. - --____ ,T�r� Tan severely weathered LIMESTONE, extremely ��/' So�z.zs fractured - 5 � �1�t .. _.__ 51`� �1 50/1.5" �-- ,....__. ...._.. _. .,..�....------�-- ..... .. . .. {��1. Hard to very hard tan weathered LIMESTONE w/ �� �.� tan clay seams, fractured ��� � ���� .� �i: � 50/1.5" � - 1P r.",. 50/1" .7h'1' ..,L {, . 7lt. 7/ 7-� ) l�T 1� ���� ��j�f � �J� � � .. 15 �r�fJ� � 50/025" h�1� - �� 50/0.25" . , ���T ..._...... ._ ...._— ---_._._ ...._.._ __--. . ._.___ ..... _.. . z';`�;�i Very hard gray LIMESTONE w/ gray shale seams �, r ci��'i r�tL .JI.�STT�_� .T�T171�T _.. t�tutr 50/0.25' r. 70 "" 5Cl0.25" - ......__.._-- _. ...__-- -.___. ._... __. ..._... .._.. Boring terminated at 20' f � C. - zs i. �- �o 35 Notes: MTE, INC. t���.��_�__ F(�UR�:3 YT L T Y L Symbol Descrip�ion Strata_synnbols �\,__�I CLAY � Silty Sandy CLAY LTMESTONE, severely weathered LIMESTONE, weathered � Lime�tone Soi1 Samplers Thin Wall Shelby Tube � THD Cone Penetration Test Auger �Nates_: 1. Exploratoxy boxings were cirilled on da�es indicated using truck mounted c3rilling equipment. 2. Water level observa�ions are noted on boring logs. 3. Results of tests conducted on sampl�s recovered are reported on the boring logs. Abbreviationa used are: DD = na�ural dry density (pcf) LL = liquid limit (�) MC = natural moisture content (�S) PL = plastic limit (�) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand pesaetrometer (tsf) -200 = percent passing #200 4. Rock Core� REC =(Recovery) sum caf core sample recovered divided by leng�h of run, expresaed as p�rcentage. RQD ;(R,ock �uality Designation) aurn of core sample recovery 4�� or grea�er in length ditrided by the run, expressed as peroentage. MTE, INC. �',� � ' •- ' A R A" '�_ • � SOIL i ROCK Sand, clayey gravel, clayey sand, sandy clay, fill materials, severely weathered limestone, and/or soft clay soils (hand penetrometer of 0.5 to 0.9 tsfl Submerged soils, and/or fractured rock Qointed shale and/or fractured limestone) from which water is seeping * Tan weathered limestone and fractured gray limestone above existing groundwater level under 8 hour<, W V � -'/Z 1 1-'/Z 1 1 1 Long Terrn Beddin wer 8 hours Cut � v � 2 1 0 1 1 � � � * In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, fissured clay soils, or fractured rock Qointed weathered clay-shale, tan fractured weathered limestone, or fractured gray limestone) from which groundwater is seeping. ** Maximum bedding cut for trench excavations less than 12 feet deep in dry soil and weathered rock which are open less than 8 hours. NOTE: Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain. Recommended slope ratios are designed for safety only of temporary excavations and are not designed to prevent limited sloughing during construction. ��- o �. � .. _ � � : - �� „�.� ; �-. � � ,� � �e n.._....r n....s___ Exc�v�atic �otfio� � —__ _.__ �r� � k � I-I WHERE; Sn = Lateral Earth Pressure, psf. g= Saturated Unit Weight of Soil; Use 130 pcf for Soil and 140 pcF for Limestone H = Height of Excavation (ft.) k = Earth Pressure Coefficient Use 0.40 NOTES: 1) If water is not allowed to drain from behind shoring or bracing, fufi hydrostatic pressure must be considered. 2) Surcharge loads and trafFic live loads must also be considered, if present. � ` PRoviN� OurFa,�� LATERAL EARTH �� � FT. WORTH, TEXAS PRESSURES �.a�—�'�rc �ax�iwb�+ea°�r�� _� �.._�_ �_ �-. � �������m ���• DATE: September 26, 2012 PROJECT NO; E12-0902 �ICU�:� � { e � � r � ` � � � � . N � . � � �. � . � > ,� � � < � f �� ,, y � r �_ �. MAS-TEK ENGIIVEERING & ASSOCIATES E12�0902 � ;I4 i �f i. . .. ��'... .. � , �+� ; _ � ��r � � � ;- �� e __ _ > ----� � � I � '� � � u ;? . . i i � �J W ' . �_ , � � I r '. � � F LJ t f � I i I � . ti ��'{ 1 � . `�III �i� .i .. � '. ' � i " (1 h' -' � � 1 , ' �: � � Ie_F u.�(y 1 ;�_ � ' � � I i.' � n 'ti � � ,�1� �� ��! � j �1 �.� �. � !' G n. ��9 �_ �;7� �� � � a ( U � � � V 1 � . , — i� 'Z `' ( ; ' ` ' � ' �.l � �� - � I'� 1 I ti,�{,i ,� , � � ll , j � _ .. ^j�. ��.. — _ _ � ; `t � _ �.( — — i.t� � � � l _ ,— — ' � _� _ 1 i � � � �h � � �' �+'�I � i� � �F' � � y�� +!U `,�' � ' 1 , . �� ( � !'� 5 ,;� � , � I' ..r I-"' ' 1 . . , , r i � ' t.'_ ��; , II � '` ' . "-.. � , � . � � � , � I _I � , � � ;� , -� � � iY �.� , ��� � � _,� I . : , . .. , ,. �. � �.:, � �, _ i�� � ' � � � , , � ' �i . �i j; � : I I ; , � � � ` � ' I ; � � �i . � ; , � ;_ �t, ; � F �; � , _ ; � � � ,�; � , � � ... � � z � � ; � ��� \\ :�, � � ; � , � „ � � �,� �-� � � ., � , � r � � �� ��� i „ ' � I,,�: ,; � � , - _, � f I ,� ; i �' � � � �. �, ������� ��n �� o� � o�� ����v��� ��a����� � ��.. �+���, ��, ����� ������ ��� � - ` �. M�� �� �. � � DFWMaps.com �iscL�t��A �.�� T his daia has been compil�d Inr NCTC(�G. Varlous ofliclai and � unolflcial sources �vero used to �� yathor Uiis Iniorm�Uon. Every elfort was made ta onsure Ihe s,�� iccuracy of Ihls dal t however � no ��uarentE;e is t7iven or impVied �� as lo lh� accuraiy oI sKld dH(�i. � i� _ _ _ _ _. __.__ �j ��� LOG OF BORING B-1 � Project: Provine Outfall - Ft. Worth, Texas Project No.: E10-1002 Date: 12/07(2010 Elev.: Location: See Figure 1 I Depth to water at completion of boring: Dry i Depth to water when checked: end of day was: Dry (after 24 hrs - Dry) Depth to caving when checked: was; � GVATIONI SOIL SYM80LS -ZO(7 U(� P PEN UNCON DfFTti SAMPL[RSYMOOLS DESCRIPTION MC Lt, F�l. , Sltain � (ocl) 8 FlELD iES� DATA � `1 ! � � �� pG taf ksf % � *�•r --- � — — — — . _ _. ... _ _ ' f a t; �., �,l __ _ ,, �„ i �� a�� 25 ��, i�l Noi�s: 6 CONCRETE over 6 Lime-Treated BASE — --- ---- - - Reddish brown cla ey SAND w/ trace oF fine " i0 gravel , iron deposits & stains (Possible FI�L) 12 �t7 Q�i+ � -- —_ _ ___ .,a iy" io " � s,+ Reddish brown sandy CLAY w! iron deposits & 's stains & trace of gravel 4 s�� � _ _-- -_ Tan severely weathered LIMESTONE w/ marly clay 4 5" layers, highly fractured 4 �.. � -18" marly clay layer at 9' �� �3� �•, ,� „�, � s�. � o �_,, � -hard limestone layers below 13' � a „� _- — —__-- — — .-- __ - Hard light gray LIMESTONE w/ shale seams & 5 �5o s39 � �� occasional low angie fractures REc -6" fractured zone w/ iron stained fractures i RQo at 16' i, r.Ec � RQD -6" fractured zone at 20' � n ia� iiiri z:s � Boring terminated at 25' _ � � Note; The mohs hardness of the hard to very hard limestone layers ranges � from about 6 to 7. � k{ t � . � FIGUf�E:2 IVi7E, 1(VG. � � � LOG OF BORING B-2 Project: Provine Outfall - Ft. Worth, Texas Project No.: E'10-1002 Date: 12/07/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry � Depth to water when checked: end of day was: Dry (after 24 nrs - Ory) Depth to caving when checked: was: e�evnrior�� soi� svti�eo�s 0[PTH SAMPLER SYM14BOI..S MG L� PI -200 DD P P[N UPlCON Sira�n tr���i� a FiEt_o rEsronra DESCRIF?TION � �� � Pi � pcf Is( ksf °a ._._.__— .._----- —. ._._.._ .. __ . ... _. . �'' �� �� Li ht brown sand CLAY w! ravel FILL 5 � ��� „_ �,f �yr, l �,,-,. i(1 �T�F Iii�.F rc.'.na.r�� Z� =ISTI�t S E_TIF�I�7Y..` i �f t iir r�r,-., E! k-�I' a7�� iteC i�11� 8 41�lIITli 1 � 90 % f2Q6 �7[17P� C: ! t. LIII7 z.2 e I�i11�-i-Y 15 ��ISI'TLl. .. Z�I�FiI�,i tS� ��t�I F tlilfl�l"�. �II�1�LT7 11J09�a R(:C i�� JO % RQU 9 - y __�- ._ g _ __ � _ ) _ _ Brown c�ey SAND & sandy CLAY w! limestone ' S+` fragments (FILL) ,z �s 4s., � a ,� �2 37 4 s: .._.. _ ..__. .__._ ._.__..... _ _ _._. _------ _... _.... --. __. .__ . ... _. ._ .. Tan & light gray marI�CLAY, jointed 24 23 60 23 37 iflU Z S ? 9 5 8 .__--- -....._ __._...__.... _ ___-_-. __._— ____ .._.. __ __ . .._.. _.. .. Tan severely weathered LIMESTONE w/ marly clay layers, highly fractured �� � — __ __._ _____—__ _ _ _ Hard tan weathered LIMESTONE w/ very hard gray limestone seams, fractured _ _ -- -- - -- __._.._ _-- __ f larci light gray �IMESTONE w/ si�ale seams & occasional low angle fractures 6 ,�;, ,3� o ��� -6" fracture zone at 10' �'t`='�����` � -6° fractured zone at 19' zo �`r4'��� r _._�.__— _— __ _ _ _ _ _. _-- - Moderately hard gray shale wi very hard limestone layers ,1J fz�` -low angle fractures at 20.5' and 21.5' - �II7% R(]t) - � 25 . _ _ .._.__ __-----__ ..._ __. _.. __.. Boring terminated at 25' 3G Note: The mohs hardness of the hard to very hard limestone layers ranges from about 6 to 7. 35 � I I I I I 1so � ( s4%3 � 1 7 �51 I�-l- 1,z,1 I z35 l z� Notes: �o����;3 MTE, INC. Sycnbol Description Strata�ols �� q� Concrete � `r �, �,: , � I Pavement � h��� ti �� I��-� '��. SAP1D' f\ �� clayey �� �� --- — . . CLAY, :• :: sandy '1 LIMESTONE, ' severely � <<_� weathered LJ��=— Limestone i CLAY & I��.•�,I•�\�,�.. S�ID l•'�_ . •\I \l CZAY, - l shaley -s 3�=- � LIMESTONE, -r� weathered ' �� SHALE � -� �Notesp K Y T'� L�� i M �l°M OL Symbol Description Soil _S_amplers Auger � Thin Wall Shelby Tube Rock Core S. Explo�atory borings were drilled on dates indicated using trucle mounted dra.7.ling equipment. (2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) I,L - liquid limit (�) MC = natural moisture content (�) PL = plastiic limit (�) Uncon.= uncoxxfined compression (tsf) PI = plastic�.ty index � P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC =(Recovery) sum of core sample recovered divided by leragth of xun, expressed as percentage. I2QD =(Rock Quaiity Designation) sum of eore sample recovery 4" or grea�er in leng�h divided by �he run, expressed as percentage. A�TF INC'. �� I �: . BORING D��TH D�Y IN�SIiU FINAL ���� % NO. (FEE`1`� D�N51iY I�UIS1'UR� NIOI rTU�i� �p�� V�RiICAL (pC�) Ct7NiEldT COMTEMi' S�I/�LL I B-1A 9-10 119.8 15.0 16.0 1188 1.2 •.� • 1. Sample placed in confining ring, design load (inc{uding overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Lua� r��i���e� anu firal i�ioisiur�e content determined. �� �� �:� ,��,� ��` � � �a. .� GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK 0 i � ,� � CITY OF FORT WORTH PROVINE OUTFALL DRA[NAGE IMP20VEMENTS STANDARD CONS'IRUCT[ON SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 Revised July 1, 201 1 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICA'CION DOCUMENTS CI'tY PROJECT No. 00703 Revised July l, 201 1 _ . ,, , , , . , ATTACHMENT 1A Page 1 of 4 FO1tT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime S.J. Louis Construction of Texas,Ltd. PROJECT NAME: I,%i/1��UI �I sl �� I�dUI�! !vi!/VVI )I sl �. Provine Outfall Drainage Improvements BID DATE 02/20/2014 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 7 0�0 7 0�0 00703 Identify all subcontractors/suppliers you will use on this project i_ _ 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, Iwill result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specificatic�ns MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise 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 2"d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 5/30/12 HORTWORTH ATTACHMENT 1A -�V Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate ° SUBCONTRACTOR/SUPPLIER T " Detail Detail Company Name i Subcontracting Supplies Address e M W S M Work Purchased Dollar Amount TelephonelFax r B B B B E E E E J.E. Guzman Cast-in-place Structure 8356 Lake Anna Dr. $19,155.00 Dallas,Texas 75217 � ✓ ❑ ❑ Phone (214) 693-0866 Fax (214) 309-3956 Granados Trucking Hauling $18,077.00 9429 Crowley Road Fort Worth,Texas 76134 � ✓ ❑ � Phone (817) 707-7441 Fax (817) 237-0055 Gajeske, Inc. 4a �� HDPE Pipe $32,997.00 6200 N. Houston Rosslyn Rd. � ❑ ❑ � Houston,Texas 77091 Phone: (713) 688-2728 Fax: (972) 314-8105 ❑ ❑ ❑ ❑ ❑ ❑ Rev. 5/30/12 FoKT___.���H ��';�_� �— � �. ��,; :;..,, , ATTACHMENT 1A Page 3 of 4 r� Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate ° SUBCONTRACTOR/SUPPLIER T " Detail Detail Company Name i Subcontracting Supplies Address e M W S M Work Purchased Dollar Amount TelephonelFax r B B B B E E E E � � � � � � � � � � � � Rev. 5/30/12 �_ ATTACHMENT1A FORTwORTH '� `�"- � Page 4 of a � �; Total Dollar Amount of MBE Subcontractors/Suppliers � 37,232.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers � 32,997.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS � 70,229.00 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 through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, '` complete and accurate information regarding actual work perFormed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized ';� officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for '�!: terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this � ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. � � ��� � ', AuthorizeH Signature' Lead Estimator il Title S.J. Louis Construction of Texas.Ltd. CompanyName 520 S. 6th Avenue Address Mansfield,Texas 76063 City/State/2ip Adam Lunsford Printed Signature N/A Contact NamelTitle (if different) 817-477-0320/ 817-477-0550 Telephone andlor Fax adaml@sjlouis.com E-mail Address 02/21 /2014 Date Rev. 5/30/12 I S.J. LOUIS CONSTRUCTI;ON 682-518-0219 �'uh�°ut�trcr�.�toe� L,etter �f'Inte�a� , .�.�ei i � i Phuh� Number: �'e�o � : i i B�atq: 'f��ta�l I'a�6s: I 5�abj� c2: � I Ciranu�c�ti�'I'ruckiiib 9429 Crc�wlcy Rnac1 l�ort W��th. '1'X 76134 � (817j 7U7{7�41 I /ldam l.,urltifi�rci I;slimutc�r`;/ 1'roject Coordinat�r S.J. I.ouis; Ci�►�structic�n u1"f'cx�s Ltc�. i (l2/21/14 i I (lncluc�itig (�c►vc;r Shcet) i'rovine UjutPsail Ura�na�e (��ruvertecnt� City I'r�j�ct N�. Q07U3 intent to �'ontr�ct Minorety Supplicr/ �iubcun4e�s�etor ; II' aw�rdcd, thi� Icttcr is l� scrvc ,�s rccc.ird c�f th� intcnsi�>ns �1' S.,f. l..auis C'ontitr i�' tc> en�or into cUnlrA�l �Nith (.iran�t�lc>s "T'ruckin = f��r the. ticrvicc> of Iiaulin � ���101� <�f'f�xas I.td„ � ' pru�e t, "I'hC �stim�tc;�! c�sl c�l� the �crviees is b un the; above relcrcneed � i U77.1)0 , � If yu�i arc.� in abrei;mcn� with c�ur c�tiitiatcs:and intcnd tc� cntcr int� ccmtract pfca:�c: �(�ii �hi;; ���rni aild t�x il h,ick tc� our otticc �t your carli��t c<mvcniencc, /��ree�n���t by: I ; . i f I � �. � � �a��' � � � . } ``- L_. . — ....._, .._ . /lciam1Lwtslurd � ' — l.,cacl ITst�mator � S.J. i,clui:, Construction of'I'�xas 1,q<i, i I � ! ; � i i i ; � .S:J. Loui�� f:bn�•t��tclioir u,J� �'exns LI� , Lr_� P.�� ��x R,�� IM�an.�fel�, Iexsrs �6U6.i (817) 477-(�32f1 Offrr� (817) 477-QS�'2 I'2� p.2 �! r �,.. r — � � r.� � 1.��^/ .. . .._.. _' Rob�rt Cirtinaili�ti . Prtsidcnt C'iranadc�s 71•uckin�; Tq�� . sopBue,z9 ��,3 t�S�TO CT�Z/6i/TO i� . rT � rn :-:>��-1!tP.�;':sJ',� F�Lt Subcontractor Letter of Inteht To: J.E. Guzman 8356 Lake Anna llr. Dallas, TX 75217 Phone Number: (214) 693-0866 From: Adam Lunsford Estimator / Project Coordinator S.J. Louis Construction of Texas Ltd. Date: Total Pages: 02/21 / 14 1 (Including Cover Sheet) Subject: Provine Outfall Drainage Improvements City Project No. 00703 Intent to Contract Minority Supplier/ Subcontractor � If awarded, this letter is to serve as record of the intensions of S.J. Louis Construction of Texas Ltd., to enter into contract with J.E. Guzman for the services of Cast-in-Place Structure. on the above i' referenced project. The estimated cost of the services is $19,]55.00 If you are in agreement with our estimates and intend to enter into contract please sign this form I d and fax it back to our office at your earliest convenience. Agreement by: � i �. Adam Lunsford Lead Estimator S.J. Louis Construction of Texas Ltd. , ��� � . Rosalinda Guzman Corporate Secretary J.E. Guzman S.J. Louis Consiruction of Texas Ltd., LLP P.O. Box 834 Mansfield, Texas 76063 (817) 477-0320 Office (817) 477-0552 Fax GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJECT No. 00703 2evised July 1, 2011 City of Fort Worfh, Texas Mayor and Council Communication ��r�..�:�--- �.�.._. . ,�.�� COUNCIL ACTION: Approveci on 7/8/2008 �� ���--�, �� �.�. , . �:�:�s.:--.-�..,.��, DATE: Tuesday, July 08, 2008 L4G NAME: 30WAGE RATES REFERENCE NU.: *�G-'16190 SUBJECT: Adopt ZQ08 Prevailing Wage Rates for City-Awarded Public-Works Projects �..�z.�,�.� � �� �..,..�.�-.��� - _ ,--��-.�.. .:�.:�.� RECOMMENDATIONc It is recommended that the City public works projects. Gouncil adopt the atiached 2008 Prevailing Wage Rates for City-awarded DISCUSSI4N: i'exas Government Code Chapter 2258 requires that a pubiic body awarding a contract fnr public works shali deiermine the general prevailing rate of per diem wages for each craft nr type of worker needed io execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that Iocality. Each year The Quoin Chapter of the Assaciated General Cvntractars, in conjunction with the Association of Buiid�rs and Contractars (ABC) and the American Sub-Contractors Association (A5A), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FiSCAL INFORMATtON10ERTlF[CATIUN: The Finance Director certifes that this action will have no material effect on City funds. TO Fund/AccountlCenters �ROM Fund/AccountlCenters �,��,�. .,�- � .�,.�.,M�.�.���..,�u. �,m� — �.,,�,�,.�,...a Submitted for Citv Man�er's Office b� Originatinc� De ar�__.tment Nead: Additional Information Contact: Fernanda Costa (8476) A. Dauglas Rademaker (6157) Eric Bundy (7598} GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROV[NE OUTFALL DRA[NAGE IMPROVEMENTS STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS CITY PRbJECT No. 00703 Revised July 1, 201 I a i` APPLICATION FOR � ° FLOODPLAIN DEVELOPMENT PERMIT Name of Owner or Applicant Owner: Cityof Fort Worth, TPW Department, SWM Oivision Applicant (Contact): Nick Batker, PE, C�M — AECOM Address of Owner 1000 Throckmorton Street, Fort Worth, TX 76102 Date: June 26, 2012 Telephone No. 972-735-3014 (office) 214-502-9359 (cell) Nearest Stream Sfream WF-3 Location of Permit Area (Address or legal Description) Project: Provine Outfall Drai�age Improvements (Project No. 00703) � Location: Oakland Lake Park, appro�omately 500 ft north of intersection of Ederviile Road and Barnett Street PLEASE TYPE Permit No. �_ , ,, 1--Y -. �;, ,. �- � t:t _ r= G> Office Use Only �'.` Approved I Approved w itt, ,_ ' Denieci" Caiditions` f'�2.��s�:AateOut: � Processeci B� Approved By: PURPOSE OF REQU EST: � Excavalion ' Filiing ' Dredging or Mining � Utiliry Construdion _; Building Permit � Grading Paving i Drilling Operations ; Other BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet (f needed) Construct 42" storm drain outfail as part of the Provine Outfail Orainage Improvements Project (City Project No. 00703). Outfali structure wili consisi of a 3:1 sioped headwall located approx. 20' east of existing creek flowline. Minor grading (3:1 max slope) and erosion control measures (turf reinforcement mats) wiil be used to tie the outfall into the existing creek. Outfall is located in a Zone A floodplain per FIRM Panel 48439C0195K, revised September 25, 2009. No fill will be placed within the Floodplain as a result of this project. COMPLETE APPLICABLE QUESTIONS: 1. Tolal drainage area of waterca�rse 14.34 (project) / 320+/- (W F_3) acres. 2. Regulatory fiood elev. � Not 2vailable. (Zone A) 3. Has site previously floodecl? � Yes l__' No 4. Is site subject to flooding? � Yes ' i No � 5. Is sa(e access available during times of fiood? � Yes __ No ' Unknown 6. Is the proposal within the designated fioodway? Yes � No Unknown 7 Have ail necessary prior approval permits been obtained from federal, state or lucal yovernmentai ayencies? '__' None Required _.'': Yes � No Qf no, explain; i/ yes, provide copies of approvai letters or pe�mits.) Park Conversion App. to be submitted to PACS on 7(2/12. ATTACH THE FOLLOWING IF APPLICABLE: 1, iwo (2) sets scale drawings sho�ving iocation, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures, location relaiive to fioociplain area. Project Layout, Pian & Profile, and headwall detail attached 2. Extent lo which watercourse or natural drainaye will be altered or relocated. Shown on Pian & Profile. 3. Supporting hydraulic calcidations. reports, elc„ used as a basis for proposed improvemenls. OA Map and Hydraulic Calculations for project attached. 4. Lrnvest fioor elevafii�n (indudiny basement) of all proposeci structures. N/A 5. E�r,vation lo which any non-resiclential slructure shali be floal proofeci. NlA. 6. Gertification by re�istered professionai engin�r cr archita�;t Ihat ficxxl r�r�x_�fing ,r..riteria are met as set falh in SecGen 7-347, Sub-Sectiun Fi, Orciinance No. 11998. N!A ijtll`tl�tfci `!'N� (JCC;t1l�F'Z�.Nt;� C3l� ,A 1pt�-Y�AF� �'�'�G2U�A,1CY ��O(?�,? W!l�,L, TH� PF2tJPOSAI._ , }�z-.��U_�� c'C�lt� �t �f�iir2('�.S.��i�l�tt `Y`3 t'��?t�F f t.' � � tl C'Gi"i i 1.--c�"r' _._._- -". _ ___ _ ...i�_._..__ i_.,___ _: ...._ .�_�_.__. ._�,__.._m.f ._...._ ....._... _.__.._.:� , ._ , �..._._.,__. _...T__.� __ ....__..._ . _ ......_.._._. L, lu�� �� .st ��)l� � �t _��,� � e �`�� �} $�.73 -�i'� � 3r C ��� i�{ �r'�FS j % �._ �___,_. _�� �:.`.,_�._ � � ft 4 1P.r.:_�1 ....._„r,? ���� �_�.:___� _.�_ :.�, �i-.�f�:t(�ij..i)7;/ af C'CJ� ��it;t:;:]`'�^i�t}? r7��i.j. CX?:7i1t1�'f (,-�i �' t+��;}.1.� i��:3('�4; tCtti!'lc'? t .I.��J.'� _1c,Ecft:r?i�it' _{�rc�pf,rties to advc�q� ;� fic��r1 nffc c.t `? . , �. s� tl.C.;�i`�`�,,E, /F'.�(�C;;i p; �� .F�,�i. ( iF?.. C;,�' t{t�s�: � \^a,=�^�f . ,:1.`s � f„�. /zs;� j 1t, r..'��ft ., .., �wS�ii$,C � 7 "_"d i„ t :"j .._,:. 1 Ct �l,,`! �r Elv ��f [+�E CPt' E� ( � .a (� . �, r,.. :���� J '.. _;<<� ,a ' �is S '�i#'� r ._...,__— � .i . � .. ., J �3` t ..J, � u rC}3a�i (� ilL 1 L�vc4`�i � (, :e� f r �r)`a� S't e:a � � ! ,f'u`�5 �. �": E.. ,r �� t' t�.�., i� l C 4 y� #� z€- E f Sli��r o ��E,l; i �<v;. � k�'�C t ��.�7�.� � qi -a��SG r,f: Y,<� � Info. Not N� Av;�4l�b[�; ;� ,----. j ._____._ __ _ w I ..._._.._'_ ...____.__„__._... __ i `i . �__�,.... . __.____.__ ,� i f GR-Ol 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PROVINE OUTFALL DRAINAGE [MPROVEMENTS STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS CITY PROJECT No. 00703 Revised July I, 201 I CITY OF FORT WORTH WATER DEPARTIAENTS Uwareo. tt�3am�z STANOARDPRODUCTSIIST Pre{e�M 12Y10f2 Pa�e 1 CITY OP PORT WORTH WATER DEPARTMENTS uwnreo. ti-wmtz STANDARD PROOUCTS LIST Piepa il ]2d2012 Pa90 2